Loading...
HomeMy WebLinkAboutContract 47213 C I . RACT MI.. peTAIRY GO. FORTWORTH OR?s 80006 .. Sri PROJECT MANUAL FOR THE CONSTRUCTION OF City Project No. 01615 DOE No. 6554 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Douglas W. Wiersig,P.E. Director, Transportation&Public Works Department Prepared for The City of Fart Worth Trans ortatiart & public Works Department Stormwater Management 20 '5 ORIC,"IAL RECORD MD SHAMSLJL AREFIN, ? +u /+ "" 4 1 0 410ENSV' �\' '��onii �'� �,� � ���., STREAM WATER GROUP, INC. ENGINEERS & PLANNERS 6737 Brentwood Stair Rd.,Ste.230 Fort Worth,Texas 76112 Phone;800.446-8076 TX Registration No.F-005488 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF VERNA TRAIL -PAINT PONY TRAIL DRAINAGE IMPROVEMENTS City Project No. 01615 DOE No. 6554 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation&Public Works Department Prepared for The City of Fort Worth Transportation & Public Works Department Stormwater Management 2015 of 1 r.............................../ ! MD SHAMSUL AREFIN / /.............................../ 83867 0 /CENSV• XX Ss, ONAL V, STREAM WATER GROUP, INC. ENGINEERS & PLANNERS 6737 Brentwood Stair Rd.,Ste.230 Fort Worth,Texas 76112 loRXt� Phone:800.446.8076 TX Registration No.F-005488 FORTWORTH. i City of Fort Worth Standard Construction Specification Documents Adopted September 2011 STANDARD CONSTRUCTION SPECIFICATION DO 000000-1 CUMENTS ADDENDUM 113 Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Besiliess ES3 e-f,p.-:Se Goal 005243 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 007300 Supplementary Conditions Division 01-General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 3119 Preconstruction Meeting 01 31 20 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 3513 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH Perna Trail-Paint Pale Trail Drainage Inpr ovenents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01),Projeel No,01615 Revised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM#3 Page 3 of 6 03 34 16 Concrete Base Material for Trench Repair Division 26-Electrical 260500 Cenfiffien WeNE Results f6r- 2605 10 Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 2323 13er-few 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 3600 Gabiens- 3 i 37 go Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 to Paving Repai 3211 23 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 3212 16 Asphalt Paving 32 4273 Asphalt Paying Gfaek Sea4anls 32 43 13 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 44 16 rf4t Pa 32 16 13 Gener-ete Curb and Cffl#er-s and Valley Guaefs 32-1-223 Pavement, 3217-25 Curb Address Painting 32-34 13 Chain F a G*e 323126 wife Fenees and Gates 3231 29 Weed Fence_and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 3293 43 T-fees ;s Division 33-Utilities 33 0i 30 Sewer-and Manhele Testing 3301 31 Closed Circuit Television(CCTV)Inspection 33 03 40 95'Pass Pumping of Existing sewev Systems 33 04 10 mint Banding d ni t+ i ise4ation 33 04 11 Eefr-OstlnGtl # l Test S _ 33 04 42 Magnesium Anede Gathedie Pr-oteetion System 330430 v� 3'v —�'C�3peiuiacccrrrccv CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvemems STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 22,2013 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM#3 Page 5 of 6 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 10 ITaffie Signals 34 41 11 Teffipefafy T-r-affie Signals 34 41 13 Removing T-r-affie Signals 34 44 45 Reetangiilaf Rapid Flashing Beaeon 34 4 1-1-6 Pedestfie,*14 , d Signal 34 4120 Roadway T„ A 34 4130 A,,,„,:„ 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands Parcel 1 —Solid Rock Baptist Church of Fort Worth (25' Wide Permanent Drainage Facility Easement) Parcel 2—Stephen C.Mercer GC-4.02 Subsurface and Physical Conditions Geotechnical Study—Report No. DG-12-11980 GC-4.04 Underground Facilities SUE Plans(Level B)—The Rios Group GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.D Minority Owned Business Enterprise Compliance Special Instructions Subcontractor/Supplier Utilization Form Prime Contractor Waiver Form Good Faith Effort Form Joint Venture Eligibility Form GC-6.07 Wage Rates 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.09 Permits and Utilities NONE GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements City of Fort Worth Water Department's Standard Product List City-Wide Standard Products List END OF SECTION CITY OF FORT WORTH Perna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq,Project Alo.01615 Revised November 22,2013 0005 10-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace lvith the approved 7 M&C for'the atihard of the project, AIM C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Verna Trail-Paint Pone Trait Drainage Improi,ements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 9/15/2016 DATE: 9/15/2015 REFERENCE C-27465 LOG NAME: 20SW VERNA NO.: TRAIL CONSTRUCTION CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas Ltd., in the Amount of$1,869,912.28 for the Construction of Verna Trail - Paint Pony Trail Drainage Improvements and Provide for Construction Services and Contingencies for a Total Construction Phase Cost of$2,194,912.28 (COUNCIL DISTRICT 7) _ .. "7_­ . . .... _. 7 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$1,869,912.28 for the construction of Verna Trail - Paint Pony Trail Drainage Improvements. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a contract with S.J. Louis Construction of Texas Ltd., in the amount of$1,869,912.28. The construction of this project will provide storm drain capacity to mitigate property and roadway flooding in the Woods and Tejas Trails Additions. This project was advertised for bid in the Fort Worth Star-Telegram on April 16, 2015 and April 23, 2015. On May 21, 2015, the following bids were received: Bidders Bid Amount S.J. Louis Construction of Texas, Ltd. $1,869,912.28 Woody Contractors, Inc. $2,209,390.50 Atkins Bros. $3,561,100.00 It is recommended that a contract be awarded in the amount of$1,869,912.28 to S.J. Louis Construction of Texas, Ltd. Costs for the implementation of this project will be funded by the Stormwater Capital Project 2011 Revenue Fund and the Stormwater Capital Projects Fund. The recommended contract award amount includes a pre-established field order allowance of $120,000.00. Other budget items beyond the construction contract amount include $225,000.00 for construction management, survey, material testing, and inspection, and $100,000.00 for contingencies. The total construction budget is $2,194,912.28. Construction is anticipated to start in October 2015 and end in July 2016. Upon completion of this project, there will be an annual operating impact in the amount of$1,000.00 to the Transportation and Public Works Department/Street and Stormwater Operations Division operating budget. Subject to approval of this M&C, appropriations for the Verna Trail - Paint Pony Trail Drainage Improvement project will consist of the following: httD: //aDl7s . cfwnet.orci/council_packet/mc_review.asp?ID=2 . . . 10/8/2015 M&C Review Page 2 of 3 Design Contract $ 348,539.00 Project Management/Easement Acquisition $ 141,123.02 Design Phase Total $ 489,662.02 Construction Contract and Construction Contingency $1,969,912.28 Project Management, Survey, Testing, Inspection $ 225,000.00 Construction Phase Total $2,194,912.28 PROJECT TOTAL $2,684,574.30 Upon approval of this M&C, funding for the design contract, construction contract, and other project costs will consist of the following: Existing Additional Revised Encumbrances/ Remaining Fund Appropriations Appropriations Appropriations Expenditures Balance Stormwater Capital Projects Bonds (P227) $482,513.94 $1,969,912.28 $2,452,426.22 $475,245.18 $1,977,181.04 Stormwater Capital Projects Bonds (P229) $ 7,148.08 - $ 7,148.08 $ 7,148.08 - Stormwater Capital Projects PAYGO (P228) - $ 225,000.00 $ 225,000.00 - $ 225,000.00 Project Total $489,662.02 $2,194,912.28 $2,684,574.30 $482,393.26 $2,202,181.04 M/WBE OFFICE-S.J. Louis Construction of Texas Ltd., is in compliance with the City's BDE Ordinance by committing to 24 percent MBE participation on this project. The City's MBE goal on this project is 23 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 326D4, 326D5, 326D6, and 326D7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Stormwater Capital Project 2007 Revenue Fund and the Stormwater Capital Projects Fund: lAvailable Amount of Remainin Available Unspecifled Transfer Unspecified Stormwater Capital Projects $19, 773,363.18 $1,969,912.28 $ (P227) httn: //anns . cfwnet.ora/council_packet/mc_review.asp?ID=2 . . . 10/8/2015 M&C Review Page 3 of 3 IStormwater Capital Projects $ 1,908,543.88 $ 225,000.00 $ 1,683,543.88 (P228) �I 1� 1� TO Fund/Account/Centers FROM Fund/Account/Centers P227 541200 207280161583 $1,869,912.28 Submitted for City Manager's Office Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Debbie Willhelm (2481) ATTACHMENTS 91 0. httn- //anns . cfwnet.ora/counciI Dacket/mc review. aso?ID=2 . . . 10/8/2015 CITY OF FORT WORTH ADDENDUM NO. V T0 the Plans, Specifications& General Contract Documents VERNA TRAIL-DAUNT PONY TRAIL DRAINAGE IMIPROVE MENTS K Citw]P Project� ' ' DOE No. 6554 Bid Date: May 14,2015; D:30 PM | Original Bid Date:May 7,201S; 1:3OPM Addendum No. l: Issued May l,2Ol5 / This Addendum,forms part of the Plans,Contract Documents 6i8peuifiou*iouo for the above referenced Project and umdifioo the original Spocifiou6onuand Contract Documents. Bidder shall acknowledge receipt of this addendum iu the space provided below,in the proposal(SECTION 00 4100)and acknowledge receipt on the outer envelope of your bid.Failure to l acknowledge receipt of this addendum could subject the bidder to disqualification. | | The plans and specification documents for YE0H&TRAIL-PAINT PONY TRAIL DRAINAGE IMPROVEMENTS,City Proj ect No.0 1615 are hereby revised by Addendum No. losfollows: SPECIFICATIONS& CONTRACT DOCUMENTS: l. SECTION 00 \l {3—INVITATION?O BIDDERS.The bid opening date has been changed. Sealed bids will ho � received by the City of Fort Worth Purchasing Office until 1:30 PM CST,Thursday May 14,2015 and bids will be opened publicly and read aloud u12:0OlM CST io the Council Chambers. o 2 8�C?l0�004�43-9IK)�0���P0Ky� Bup)uocd�o�$mkiroty A`dd�dDidDmu8nlmpo��d8mhoJmuu�0uuk�|/ � . � . , Select Fill m6e utilized io ditches where necessary. &revised Excel spreadsheet of the proposal form will 6euploaded imto0uzmmw. CLARIFICATIONS TO BIDDER QUESTIONS: l. BID ITEM—3212.0401 HMAC TRANSITION: This item shall he based uouu average depth of six inches. _ This item shall include the preparation of the SWPPP,Implementation,Permitting Fees,Installation,Maintenance,uud � Removal.The iSWM Construction Plan Erosion Control sheets provided in the plan set are intended for general ! reference only and may hu modified for site conditions. A signed copy of the Addendum should be included in the scaled bid envelope at the time of bid submittal. � Failure to acknowledge the receipt of this Addendum could cause the subject bidder toheconsidered ^N(]NRE8PON8Il/E,"resulting iudisqualification. OF / RECE0PTACK NUW GEMENT'. � Les V.Whiffnan,Gendral Manager � (�uoupouy n'Ltd. Sboan� �VatecGroup, Inc. �" """=�"^ ""�'"` Project ~~.^�~r 83867 �� ^ / Address: 520 S. 6th Avenue i0' 410ENS 'D ^ City: State: Texas Verna Trail'Paint Pony Trail Drainage improvements t City Project No.omn Addendum No. l,Page | ofl CITY OF FORT WORTH ADDENDUM NO, 2 Tu the Plans, Specifications & General Contract Documents VE RNA TRAIL-PAINT PONY TRAIL DRAINAGE IMPROVEMENTS � City�P Project No.C '-° T� ` DOE No. 6554 Bid Date: May 20,2015; 1:30 PM � Original Bid Date:May 7,20l5; 1:30 PM Addendum No. 2: Issued May 8, 20]5 � This Addendum,forms part oC the Plans,Contract Documents Jt Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt oy this addendum io the space provided below,iu the proposal(SECTION 00 4100)and acknowledge receipt on the outer envelope of your bid.Failure to V acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for\gERNA TRAIL'PAINT PONY TRAIL DRAINAGE IMPROVEMENTS,City Project No.0 1615 are hereby revised by Addendum No.2 as follows: SPECIFICATIONS& CONTRACT DOCUMENTS: l. SECTION 00ll i3-INVITATION T0 BIDDERS.The bid opening date has changed. Sealed bids will 6e received hy � the City of Fort Worth Purchasing Office until 1:38PMCST,Thursday May 2],%01S and bids viDbe opened publicly and read aloud u12:00PM CST iu the Council Chambers. CLARIFICATIONS TO BIDDER QUE STIONS: l. � Bidders shall NOTE:m order for the entire bid mou considered responsive,the bidder shall deliver MBE documentation « in person and obtain a date/time receipt no later than 2:00 pm on the Monday after the bid opening date. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered } ^�N{JNRBS9ON8l\/E,"resulting iodisqualification. RECEU»T A - .' � y BY: L—,,V.—W—hitJ,�-G',n,AA,�ng,, L\`u�pouy .Ltd. 0treoo� l�oter 'luu. �u �nmwuv� ^wc'm ~~~~'Pro^oot- --�-'Addremo: /| ONAL | C Stoto:_1exas�_ Verna Trail'Paint Pony Trail Drainage Improvements X City Project No.om|x Addendum No.2'Page Iofl CITY OF FORT WORTH ADDENDUM NO. 3 To the Plans, Specifications& General Contract Documents VERNA TRAIL-PAINT PONY TRAIL DRAINAGE IMPROVEMENTS City Project No. 01615 J DOE No. 6554 Bid Date: May 21,2015; 1:30 PM Original Bid Date:May 7,2015; 1:30 PM Addendum No. 3: Issued May 15, 2015 This Addendum,forms part of the Plans,Contract Documents&Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below,in the proposal(SECTION 00 41 00)and acknowledge receipt on the outer envelope of your bid.Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for VERNA TRAIL-PAINT PONY TRAIL DRAINAGE IMPROVEMENTS,City Project No.01615 are hereby revised by Addendum No.3 as follows: SPECIFICATIONS& CONTRACT DOCUMENTS: 1.SECTION 00 00 00—TABLE OF CONTENTS.Replace in its entirety.Added reference to 3125 00 Erosion and Sediment Control Technical Specification which has been modified by the engineer specifically for this project. 2.SECTION 00 42 43—PROPOSAL FORM. Replaced in its entirety. Modified quantity for TxDOT Std Ret Wall-RW 1 (L)B and 4x2 Box Culvert.Modified quantity and unit of measure for SWPPP> 1 acre.Added Bid Item for Connection to Existing 4"-12"Water Main and 1"Private Water Service. A revised Excel spreadsheet of the proposal form has been uploaded into Buzzsaw. 3.SECTION 3125 00-EROSION AND SEDIMENT CONTROL.Add to Project Contract Documents as a technical specification that has been modified by the engineer specifically for this project. CLARIFICATIONS TO BIDDER QUESTIONS: 1.SECTION 00 45 40-MINORITY BUSINESS ENTERPRISE GOAL.Due to City holiday on Monday May 25, 2015,Bidders shall note: In order for the entire bid to be considered responsive,MBE documentation shall be received no later than 2:00 pm on Tuesday May 26,2015. CONSTRUCTION DRAWINGS: 1.Replace Sheets 23,24,25,26, 33, 34, 35, 36, &45 of 70 with Revised ADDENDUM 3 Sheets 23,24, 25, 26, 33, 34, 35, 36,&45 of 70.Revised drawings for retaining wall location and footing elevations provided. 2. Add ADDENDUM 3 Sheet 67A. Included TX-DOT Standard Detail for Retaining Wall—RW2. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE,"resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: By: ,1 )14 Bye �p�ti OF rF � Les V. hitman,General Manager Shamsul Arefin, P.E., CFM Company: S.J. Louis Construction of Texas,Ltd * i P Y� Stream Water Group, Inc. �.............................. Project Manager MD SHAMSUL AREFIN Address: 520&6th Avenue 83867 i City: Mansfield State:Texas 'Its°�,S/7�EENSEP \ ,:f xNAL.,. a Verna Trail-Paint Pony Trail Drainage Improvements i City Proiect No.01615 Addendum No.3,Page 1 of 1 r 001113-1 INVITATION TO BIDDERS Addendum 2 Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Verna Trail-Paint Pony Trail Drainage Improvements, City 6 Project No. 01615 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,MAY 21,2015,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 18 Unit I— Water Line Improvements: 19 162 LF—8" Water Pipe, CSS Backfrll 20 89 LF—10" Water Pipe, CSS Backfill 21 5 EA—8"Gate Valve 22 3 EA—10" Gate Valve 23 6 EA—Fire Hydrant 24 25 Unit II—Storm Drain Improvements: 26 4,648 LF—24"HDPE Storm Pipe 27 112 LF—4'x 2'RCB 28 37 EA —4'Drop Inlet(Modified) 29 5,175 SF—TxDOT Std Ret Wall—RWI(L)B 30 31 PREQUALIFICATION 32 The improvements included in this project must be performed by a contractor who is pre- 33 qualified by the City at the time of bid opening. The procedures for qualification and pre- 34 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 35 36 DOCUMENT EXAMINATION AND PROCUREMENTS 37 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 38 of Fort Worth's Purchasing Division website at http://www.fortworthgov.org_/purchasin and 39 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 40 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 41 suppliers. 42 43 Copies of the Bidding and Contract Documents may be purchased from Stream Water Group, 44 Inc., 6737 Brentwood Stair Rd., Suite 230, Fort Worth, Texas 76112,Ph.: 817-446-4171. 45 46 The cost of Bidding and Contract Documents is: 47 Set of Bidding and Contract Documents with full size drawings: $135 48 Set of Bidding and Contract Documents with half size(if available)drawings: $80 49 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 00 11 13-2 INVITATION TO BIDDERS Addendum 2 Page 2 of 2 1 PREBID CONFERENCE 2 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 3 BIDDERS at the following location, date,and time: 4 DATE: April 27,2015 5 TIME: II:00am 6 PLACE: 1000 Throckmorton Street, #270 7 Fort Worth, Texas 76102 8 LOCATION: Transportation and Puhlie Works Conference Room 9 10 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 11 City reserves the right to waive irregularities and to accept or reject bids. 12 13 INQUIRIES 14 All inquiries relative to this procurement should be addressed to the following: 15 Attn: Dehhie J. Willhelm,P.E., City of Fort Worth 16 Email: Debbie.Willhehn Afortworthtexas.pov 17 Phone: (817) 392-2481 18 AND/OR 19 Attn: Shamsul Arefin,P.E., C.F.M.,Stream Water Group,Inc. 20 Email: arefinRstreamwatergroup.com 21 Phone: (817)446-4171 22 23 ADVERTISEMENT DATES 24 April 16, 2015 25 April 23, 2015 26 27 END OF SECTION CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Lnproremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership,company, association, or corporation acting 12 directly through a duly authorized representative,submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person,firm,partnership,company, association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 htti2s:H projectpoint.buzzsaw.com/fortwoi-tli ov/Resources/02%20- 41 %20Coiistruction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavina 42 %20Contractor%2OPrequalification%2OPi-oaram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortwoi-thgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48 %20Coiiti-actoi-%2OPi-equalificatioii%2OProgi-am/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? up blic CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Ago.01615 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 llttps://pi-oicetpoiiit.buzzsaw.coin/foilwoi-thgov/Resources/02"/020- 4 %20Coiisti-uctioii%2ODocumeiits/Contractor%2OPi-equalificatioii/Water%2Oand%2 5 0 Sail itaiy%20Sewer%20Contractor%20Prequa lification%20Program/WSS%20pre 6 qual%20requii•ements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require,including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 33 34 4.1.Before submitting a Bid,each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents(including"technical data"referred to in 38 Paragraph 4.2.below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 43 site conditions that may affect cost,progress,performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress,performance or furnishing of the Work. 48 CITY OF FORT WORTH Verna Trail-Paini Pone Trail Drainage Improremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Projeci No.01615 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests,borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH !Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnproremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Debbie J. Willhelm,P.E.,Storm Water Management 22 Fax: (817) 392-7854 23 Email: Debbie.Willhelm@fortworthtexas.gov 24 Phone: (817)392-2481 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3.Addenda or clarifications may be posted via Buzzsaw at 30 hops:11projectpoint.buzzsaii,.cotn/client/fortsvoi-thgoi lInfi-astt-uctui-e%20Pi•ojects/01615 31 %20-%20Verna%20Trai1%20- 32 %20Paiiit%2OPony%2OTi•ail%2ODi-aiiiage%2OIinpi-oi ementsIBid%20Package. 33 34 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 43 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 45 the requirements of Paragraphs 5.01 of the General Conditions. 46 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No.01615 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids.After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage hnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised November 27,2012 | 003513 BID FORM . Puyo1ofn ' SECTION W036 13 ' CONFLICT OF INTEREST AFFIDAVIT Each bidder, nfforor, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also � V refernadtoaa 'Citv') procunenentoreraquinadtoconp|eteConflictof|ntenest ]ueoUonnoire ` he 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 ia eligible to bid on City The referenced forms may also | ^ ' be downloaded from thavxebaite links provided below. state tX C|Q Form is on file with City Secretary C|Q Form ia being provided to the City Secretary " LJ CIS Form is on File with City Secretary CIS Form io being provided to the City Secretary y BIDDER: SJ Louis Construction ofTexao.Ltd. By: Lee V. Whitman � 52O8. 6th Avenue Signature: O \// 7 K8onafie|d.Temaa76O83 TiU �a� General Manager � � END OF SECTION ( ` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised uO12Oaz7 Bid Proposal vvomhook-Addendvm3.xlo CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received 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 knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. N/A 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not N/A later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A, B, C & D) must be completed 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 A 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? E 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? F] Yes Fx] No D. Describe each employment or business relationship with the local government officer named in this section. 4 Les V.Whitman 05/21/2015 Signature of pe n doing business with the governmental entity Date Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE (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. OFFICE USE ONLY 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. 1 Name of Local Government Officer N/A 2 Office Held N/A 3 Name of person described by Sections 176.002(a)and 176.003(a), Local Government Code N/A 4 1 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 Gift Accepted N/A Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) 6 AFFIDAVIT 1 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), Local Government Code) of this local government officer. 1 also acknowledge 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 UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL MEETING F THE MEMBERS AND GOVERNORS F S. J. Louis, LLC January 28, 2015 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 President/ Chief Manager Les V. Whitman Executive Vice President/General Manager David Dickerson Vice President/ South Texas Area Manager Stephen Kohler Vice President/ North Texas Area Manager Peter Stahl Vice President/ North Texas Area Manager Donald Meyer Chief Financial Officer/ Secretary/Treasurer Philips J. Vallakalil Secretary/Treasurer/General Counsel /Contracts Director Jim Smith 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 of the President 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 Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakalil as Secretary, David Dickerson, Stephen Kohler, Lucas Menebroker, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. RESOLVED FURTHER, Adam Lunsford, Justin Whitman, and Curtis Ostrander are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. Page 1 of 2 SJ Louis LLC 1-28-15 TX Consent 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 In Lieu of Annual Meeting, effective January 28, 2015. BOARD OF GOVERNORS: James Schueller, Governor Page 2 of 2 SJ Louis LLC 1-28-15 TX Consent 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Verna Trail- Paint Pony Trail Drainage Improvements City Project No.: 01615 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. - 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook-Addendum3 0041 00 BID FORM Page 3 of 9 d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequaliftcation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) b. Water Distribution System, Urban and Renewal, 12-inches diameter and smaller C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 290 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 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook-Addendum3.xls fI I 0041 00 BID FORM Page 4 of 9 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bidd 7. Sid Submittal This Bid is submitted on 05/21/2015 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: 05/01/2015 (Signatu ) Addendum No.2: 05/08/2015 Addendum No. 3: 05/15/2015 < t Les V.Whitman Addendum No.4: (Printed Name) Title: General Manager Company: S.J. Louis Construction of Texas,Ltd. Corporate Seal: Address: 520 S. 6th Avenue t Mansfield,Texas 76063 State of Incorporation: Texas I Email: I;-.s„ Phone: 817-477-0320 END OF SECTION r l i 'r i C J � i 1 4 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook-Addendum1xls 00 42 43 BID PROPOSAL ADDENDUM#3 Page I of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 1 0241.0401 Remove Concrete Drive 0241 13 SF 4,055 $1.00 $4,055.00 2 0241.0402 Remove Asphalt Drive 0241 13 SF 482 $1.00 $482.00 3 0241.0550 Remove Guardrail 0241 13 LF 28 $1.00 $28.00 4 0241.1302 Remove 6"Water Valve 0241 14 EA 6 $100.00 $600.00 5 0241.1303 Remove 8"Water Valve 0241 14 EA 2 $100.00 $200.00 6 0241.1304 Remove 10"Water Valve 0241 14 EA 2 $100.00 $200.00 7 0241.1510 Salvage Fire Hydrant 0241 14 EA 6 $200.00 $1,200.00 .._ 8 0241.1700 Pavement Pulverization 0241 15 SY 1,255 $3.00 $3,765.00 9 3110.0101 Site Clearing 31 1000 LS 1 $5,000.00 $5,000.00 10 3123.0101 Unclassified Excavation 31 23 16 CY 175 $15.00 $2,625.00 11 3125.0101 SWPPP ?1 acre 31 25 00 MO 10 $1.00 $10.00 12 3137.0109 Slab Riprap 31 3700 SY 37 $100.00 $3,700.00 13 3201.0113 6'Wide Asphalt Pvmt Repair, Residential 3201 17 LF 360 $43.00 $15,480.00 14 3201.0151 Asphalt Pvmt Repair,Water Service 3201 17 LF 275 $29.00 $7,975.00 15 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 525 $21.00 $11,025.00 16 3211.0600 Cement 321133 TN 38 $155.00 $5,890.00 17 3211.0702 8"Cement Treatment 3211 33 SY 1,255 $3.00 $3,765.00 18 3212.0302 2"Asphalt Pvmt Type D 32 12 16 SY 1,255 $18.00 $22,590.00 19 3212.0401 HMAC Transition 32 12 16 TN 20 $150.00 $3,000.00 20 3213.0401 6"Concrete Driveway 32 13 20 SF 4,511 $7.00 $31,577.00 21 3232.0202 TxDOT Std Ret Wall-RW 1 (L)B 32 32 13 SF 7,462 $45.00 $335,790.00 22 3291.0100 Topsoil 3291 19 CY 925 $16.00 $14,800.00 23 3292.0100 Block Sod Placement 32 92 13 SY 5,573 $3.00 $16,719.00 24 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 246 $1.00 $246.00 25 3301.0002 Post-CCTV Inspection 3301 31 LF 4,918 $1.00 $4,918.00 26 3305.0003 8"Waterline Lowering 33 05 12 EA 2 $10,300.00 $20,600.00 27 3305.0004 10"Waterline Lowering 33 05 12 EA 1 $12,400.00 $12,400.00 28 3305.0101 Fire Hydrant Stem Extension 33 05 14 EA 6 $400.00 $2,400.00 29 3305.0109 Trench Safety 33 05 10 LF 5,228 $0.01 $52.28 ' 30 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 1,200 $11.00 $13,200.00 31 3305.0112 Concrete Collar 33 05 17 EA 4 $500.00 $2,000.00 32 3305.1106 36"Casing By Other Than Open Cut 33 05 22 LF 71 $516.00 $36,636.00 33 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 2 $1.00 $2.00 34 3311.0142 6"Water Pipe,CSS Backfill 3311 10 LF 82 331112 $199.00 $16,318.00 35 3311.0242 8"Water Pipe,CSS Backfill 3311 10 LF 162 331112 $203.00 $32,886.00 36 3311.0342 10"Water Pipe,CSS Backfill 3311 10 3311 LF 89 12 $208.00 $18,512.00 . ..................... 37 3312.0001 Fire Hydrant 331240 EA 6 $3,600.00 $21,600.00 j 38 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 8 $700.00 _$5,600.00 39 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 16 $300.00 _$4,800.00 40 3312.2003 1"Water Service 33 12 10 EA 18 $1,500.00 $27,000.00 41 3312.2004 1"Private Water Service 33 12 10 LF 50 $60.00 $3,000.00 42 3312.2101 1 1/2"Water Service,Meter Reconnection 33 12 10 EA 4 $300.00 $1,200.00 43 3312.2103 1 1/2"Water Service 33 12 10 EA 4 $2,100.00 $8,400.00 44 3312.3002 6"Gate Valve 33 12 20 EA 6 $700.00 $4,200.00 r 45 3312.3003 8"Gate Valve 331220 EA 5 $1,100.00 $5,500.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook-Addendum3 I I 00 42 43 BID PROPOSAL ADDENDUM#3 Page 2 of 2 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application [I[ Project Item Information Bidder's Proposal I, Bidlist Item Specification Unit of Bid Description Unit Price Bid Value j No. Section No. Measure Quantity f, 46 3312.3004 10"Gate Valve 33 12 20 EA 3 $1,600.00 $4,800.00 47 3341.0201 21"RCP,Class III 3341 10 LF 6 $163.00 $978.00 48 3341.0204 24"HDPE Pipe 3341 11 LF 4,648 $150.00 $697,200.00 49 3341.0205 24"RCP,Class III 3341 10 LF 34 $170.00 $5,780.00 50 3341.0301 30"HDPE Pipe 3341 11 LF 64 $185.00 $11,840.00 51 3341.1101 4x2 Box Culvert 3341 10 LF 216 $247.00 $53,352.00 52 3346.3003 12"Trench Drain 33 46 02 LF 20 $225.00 $4,500.00 53 3349.0001 4'Storm Junction Box 33 49 10 EA 3 $2,900.00 $8,700.00 54 3349.0105 5-Sided Manhole 33 49 10 EA 1 $3,300.00 $3,300.00 55 3349.1000 Headwall, Box Culvert 33 49 40 EA 1 $4,300.00 $4,300.00 ' 56 3349.2003 Parallel Headwall 33 49 40 EA 2 $5,300.00 $10,600.00 57 3349.4102 15"SET, 1 pipe 33 49 40 EA 14 $2,000.00 $28,000.00 58 3349.7001 4'Drop Inlet(Modified) 33 49 20 EA 37 $3,000.00 $111,000.00 59 3471.0001 Traffic Control 3471 13 MO 10 $1.00 $10.00 60 9999.0000 6x12 Junction Box 33 49 10 EA 1 $7,500.00 $7,500.00 s 61 9999.0001 15"RCP,Class III 3341 11 LF 150 $153.00 $22,950.00 62 9999.0003 Steel Guard Rail-Repair LF 34 $50.00 $1,700.00 63 9999.0004 ScourStopTM Mat Cover(Green) 33 99 01 SY 86 $96.00 $8,256.00 fi 64 9999.0005 Stilling Basin w/Baffle Blocks-Line"E" 32 32 13 EA 1 $11,000.00 $11,000.00 65 9999.0005 Stilling Basin w/Baffle Blocks-Line"F" 32 32 13 EA 1 $13,000.00 $13,000.00 66 9999.0007 Pedestrian Hand Rail-Type D(PRD-13) LF 92 $100.00 $9,200.00 1 1 67 19999.0097 Storm Drainage Field Order Allowance 1 00 72 00 1 EA 1 120,000 1 $1.001 $120,000.00 Bid Summary Total Bid $1,869,912.28 END OF SECTION t f f r i f li CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook-Addendum3 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal,and(Surety Name) a corporation or firm duly authorized to transactA surety business in the State of YTexas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of � x and No/100 Dollars ($ _ 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 Verna Trail- Paint Pony Trail Drainage Improvements 0 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 Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2015. By: Company Name Here (Signature and Title of Principal) (Signature of Attorney-of-Fact) "Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls I 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 8 of 9 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in 1 order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B The principal place of business of our company or our parent company or majority owner is In the State of Texas. D r BIDDER: S.J. Louis Construction of Texas,Ltd. By. Les V. Whitman 520 S. 6th Avenue { � � Atu'l 0 i (Signature) Mansfield,Texas 76063 Title: General Manager Date: 05/21/2015 I t t y y F (l� 1 ,p,��r 1 I` END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook-Addendum3.xls 004511-I BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids.For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Perrin Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 i 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July I,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 | 0045 12 BID FORM Page omo � SECTION D045 12 � PREQUAL|HCAT|C)N8TATEK8ENT 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. Prequalification Major Work Type Contractor/Subcontractor Company Name Expiration Date_ Asphalt Paving Water Distribution System, Urban and Renewal, 12-inches SJ Louis Construction of Texas,Ltd. 4/30/2016 diameter and smaller / The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are � currently pnaqua/ified for the work types listed. l BIDDER: GJ Louis Construction ofTexao.Ltd. By Les\( Whitman 52O8. 6th Avenue AA [I UILV O VI ^ (Signature) / NYanofie|d.Texoa7G0G3 ' Title: General Manager � Date: END OFSECTION CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised un1uo1xo Bid Proposal mmmmmk-Auuenuumxx/o 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ 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 eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission, Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting 'i CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improrentents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 'I 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project No.01615 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 oomz^-/ 8 CONTRACTOR COMPLIANCE WITH WoxKenu COMPENSATION LAW o Page/orz | ] SECTION 004526 � 2 cVmlu/1C]l)R COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 � 4 Pursuant tn Texas Labor Code Section 406.096(a),uo amended, Contractor uortificathat it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01615.Contractor ftirther certifies that,pursuant to Texas Labor Code, Section A 7 406.096(b)`oa amended,it will provide to City its subcontractor's oertifivateoof compliance with � V worker's compensation coverage. 9 10 CONTRACTOR: " ]7 12 S.j. Louis Construction of Texas, Ltd. By: Les V. Whitman 13 Company � 14 Print) . 15 520 South 6tb Avenue Signature: 16 Address U |7 V 0 Tide: General Manager |Y City/State/Zip (Please Print) � 20 A , 21 22 THE STATE 0FTEXAS @ 23 A 24 COUNTY OF1ABRAYJ? � « ~ 35 26 BEFORE ME,the undersigned authority,on this day personally appeared x %7 Les U is � 28 subscribed to the foregoing instrument, and acknowledged to me that be/sbuexcoutedtbomumeux 29 the act and deed uz General Manager for the purposes and 30 consideration therein expressed and bo the capacity therein stated. [ 31 ^ 33 GIVEN AND SEAL DF OFFICE this day of 33 20t'�.. �----- � 34 -J U 35 mo 36 Notarvu�' the State of xas 3? / 38 39 END OF SECTION 40 ni CITY OF FORT WORTH /»n°noo Paint r"�'Trail m | mumnAuocnmuonuzncNupac�/o«TmmDOCUMENTS �--~--- --- o;'*n*" xumm� ne,uu m�/.�u/ � ' | 0 � II 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of I SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 23% of the total bid (Base bid applies to Parks and 16 Community Services). NgIL If both MBE and SBE subcontracting goals are established for this 17 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 18 deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 22 required to comply with the intent of the City's Business Diversity Ordinance by one of the 23 following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Waiver documentation. 28 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 29 responsive.Any questions,please contact the M/WBE Office at(817)392-6104. 30 P, 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Managing Department, within the following 33 times allocated, in order for the entire bid to be considered responsive to the specifications, 34 35 36 1. Subcontractor Utilization Form,if goal is met received no later than 2:00 p.m.,on the second City business day or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form,if participation is less than after the bid opening date,exclusive of the bid opening date, stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form,if no N413E participation: after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received no later than 2:00 p.m.,on the second City business day perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if utilizing ajoint received no later than 2:00 p.m.,on the second City business jay venture to meet or exceed goal. after the bid opening date,exclusive of the bid opening date. 37 END OF SECTION CITY OF FORT WORTH Verna Trail-Paini Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Prqject No.01615 Revised February 10,2015 urMCT NC. s m 005243-1 Agreement Paget of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT,authorized on-8EP P is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting y and through its duly authorized City Manager, 6 ("City"), and S.J. Louis Construction of Texas Ltd. , 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1.WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Verna Trail-Paint Poup Trail Drainage Inmrovements 18 City Prolect No. 01615,DOE No. 6554 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 290 days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City live hundred Dollars ($500.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. yff A L R 0„fiTDII rr � r ^', ,,,, /1;h,1 f' A It R.-, ,!'a X CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project A'o.01615 Revised August 17,2012 005243-3 Agreement Page 3 of 4 75 Article 6.INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused,in whole or in part, by any act,omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs,expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless,at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of,or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused,in whole or in part 94 by any act,omission or negligence of the city. 95 96 Article 7.MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article I of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. - 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Verna Dail-Paint Pone DWI Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised August 17,2012 005243-4 Agreement Page 4 of 4 116 7.6 Other Provisions. 1 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. i 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 r 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 128 Contractor: City of Fort Worth S.J. Louis Construction of Texas Ltd. 75—c-X, B Assistant City M t (Signature) " �°° , ` Date �r�" �o m 7 Les V. Whitman Attest: tiK (Printed Name) City S cre ary 0 f (Seal) " Title: General Manager Address: 520 South 6th Avenue M&C Date: , f . t — City/State/Zip: Mansfield. Texas 76063 Approved as to Form and Legality: , Date Douglas W.Black Assistant City Attorney 129 130 131 A$ OVAL RECOMMENDED: 132 133 �r �,j)j 134 ( 135 Doug as . Wie-Sig,P.E. 136 DIRECT / ' 137 Transportation anti Public Worf) artment 'r 138 j r � CITY OF FORT WORTH d '���a ul!e�Nj� Tian -Paint Pone Ti-ail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN i S " City Project No.01615 Revised August 17,2012 f r 0061 13-1 PERFORMANCE BOND Page] of2 1 SECTION 00 6113 Bond No.190034080 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we S.J.Louis Construction of Texas,Ltd. ,known as 8 "Principal"herein and Liberty Mutual Insurance Company p , a corporate 9 surety(sureties,if more than one)duly authorized to do business in the State of Texas,known as 10 "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal 12 sum Of ONE MILLION,EIGHT HUNDRED SIXTY-NINE THOUSAND,NIN5H4NDRED TWELVE AND 28/100 DOLLARS ll 1,869,912.28 13 ($ ),lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made,we bind 15 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the day of 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 Verna Trail-Paint Pony Trail Drainage 22 Improvements, City Project Number 01615,DOE No. 6559. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including.Change Orders,under the Contract,according to the plans, 26 specifications,and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. f CITY OF FORT WORTH ,.. , �, ,,,�„ m„, J!gn?a TD-ail-Palm Pony Trail Drainage hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Projecl Ago.01615 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 920 SEP 15 2015 7 PRINCIPAL: 8 S.J.Louis Construction of Texas Ltd 9 10 11 BY: 12 Sig a re 13 ATTEST: • 14 15 Les V. Whitman, General Manager 16 (Principal)Secretary Philips J. Vallakalil Name and Title 17 18 Address: 520 South 6th Avenue 19 Mansfield,Texas 76063 20 21 "40', 22 Witness as to'Piinciof Adam Lunsford _ s 23 SURETY: 24 Liberty t"ual In ranee Company 25 26 27 28 ignature — 30 John E.Tauer,Attorney-in-Fact 31 Name and Title 32 33 Address: 450 Plymouth Road,Suite 400 34 Plymouth Meeting, PA 19462-8284 35 36 800-862-6079 37 Witness as to Surety Telephone Number. 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract s 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. i 45 ¢ 2 IF a r,",,r,, i, f, w 1,, g CITY OF FORT WORTH Verna Trail-Painl Pony Trail Drainage Improvements J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Chy Project tVo.01615 Revised July 1,2011 I LIMITED PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ss. County of TARRANr On this day of ,2015,before me personally appeared Les V. t� ` 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 instrument,and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. �V Notary Pu �Iic Coun y Jai ', {aC 6{:u � li�F IL. l(� !.� l � y arrant �I, T My commission expires May 10, 2017 ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this day of SEP 15 2015 ,2015,before me appeared John E.Tager to me personally known,who being by me duly sworn,did say that(s)he is the Attorney-in-Fact of Liberty Mutual Insurance Company 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 John E.Tauer acknowledged said instrument to be the free act and deed of said corporation. Notary Public Ramsey County, MN My commission expires January 31,2020 RACHEL THOMAS f, 'NOTARY PUBLIC-MINNESOTA J - My Cornmission Expires k .d_ January 39,2020 r c V r a a i | THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6976445 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized underthe laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brian J.OestreiGh;Craig Remick;D.R.Dougherty; Donald R.Olson; Emily Keiser;Jack Cedarleaf 11;Jerome T.Ouimet;John E.Tauer; Joshua R.Loftis;Kurt C. Lundblad;Lin Ulven;Linda K. French;Melinda C.Blodgett;Nicole Stillings; R.C.Bowman;R.Scott Egginton; R.W. Frank; Rachel Thomas;Sandra M.Doze;Ted Jorgensen allofthecityof Minneapolis state of MN each individually if there be more than one named,its true and lawful afforney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and aftested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of May 2015 D A*q INS& American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company 0 Insurance Company David M.CareKAssistant Secretary STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 5th dayof May 2015 I— before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and 2) a) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,V) M execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. oo. PA&), COMMONWEALTH OF PENNSYLVANIA Q Notarial Seal 4-4 Teresa Pastella,Notary Pub By: 0 U) lic or Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public My Commission Expires March 28,2017 0 Member,Pennsylvania Association of Notaries 0 E This Power of Attorney is made andexecuted pursuantto and byauthorityof the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance W C:i Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: :E ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,andsubject r to such limitation as the Chairman or the President may prescribe,shall appoint such aftomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >% acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such aftorneys-in-fact,subject to the limitations set forth in their respective 3: powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instrurnents and to attach thereto the sea]ofthe Corporation. When so 40' executed,such instruments shall be as binding as if signed by the President and aftested to by the Secretary.Any power or autholity granted to any representative or aftomey-in-fact under >M 4— L. the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 1,Surety Bonds and Undertakings,Any officerof the Company authorized for that purpose in writing by the chairman or the president, r- and subject to such limitations as the chairman or the president may prescribe,shall appoint such afforneys-in-fact,as may be necessary to act in behaffofthe Company to make,execute, seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their r_ I Z respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 C� execute uch instruments shall be as binding as if signed by the president and aftested by the secretary. 0 C? it -in- Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretaryto appoint such a omeys fact as may be necessary to act on behalf of the Company to make,execute,sea],acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety Authorization—By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary ofthe Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power ofAftomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of SEP 15 2015 20 1906 6 2 1919 1912 1991 t 0 Gregory�V.Davenport,Assistant Secretary 265 of 1000 LMS 12873 122013 1 0061 14-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 Bond No. 190034080 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 1 S.J.Louis Construction of Texas,Ltd. 7 That we, known as 8 "Principal' herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 12 in the penal sum Of ONE MILLION,EIGHT HUNDRED SIXTY-NINE THOUSAND,NINE t1UDNPRSED TWELVE AND 28/100 13 1,869,912.2s ll ll J ($ ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County,Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of c r D 16 7 t11S , 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 as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Verna Trail- Paint Pony Trail Drainage Improvements, City 22 Project Number 01615,DOE No. 6554. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in I 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. t 31 , vv >� Pk3. , rV , J , r r CITY OF FORT WORTH Vettiia Trail-Paint Pon),Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiO,Project No.01615 t Revised July 1,2011 0061 14-2 PAYMENTBOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 20 4 PRINCIPAL: S.J.Louis Construction of Texas,Ltd. ATTEST: BY: I, Signaftke/ Les V. Whitman, General Manager (Principal)Secretary Philips J. Vallakalil Name and Title Address: 520 South 6th Avenue Mansfield,Texas 76063 Witness as to Pfnlii al Adam Lunsford SURETY: Liberty Mutual Insurance Company ATTEST: dre See attached Power-of-Attorney John E.Tauer,Attorney-in-Fact (Surety)Secretary Name and Title Address: 450 Plymouth Road,Suite 400 Plymouth Meeting, PA 19462-8284 Witness as to Surety 800-862-6079 Telephone Number: 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION 12 CITY OF FORT WORTH Verna Trail-Paint Pon),Trail Drainage linprowineirts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 LIMITED PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ss. County of TARRANT On this day of SEP 15 2015 ,2015,before me personally appeared Les V. tan 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 instrument,and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. Notary Pu he Tarrant County, My commission expires May , PIV 0 17 i ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this day of p ?nin,2015,before me appeared John E.Taper to me personally known,who being by me duly sworn,did say that(s e is the Attorney-in-Fact of Liberty Mutual Insurance Compagy 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 John E.Taper acknowledged said instrument to be the free act and deed of said corporation. I i p ua Notary Public Ramsey County, MN RACHEL THOMAS My commission expires January 31,2020 NOTARY PUBLIC-MINNESOTA My Commission Expires `;:j. Any' January 31,2020 1 r r 1 ........ ....................._­­....... THIS POWER OF ATTO --RNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6976444 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brian J.Oestreich;Craig Remick;D.R.Dougherty;Donald R.Olson; Emily Keiser;Jack Cedarleaf 11;Jerome T.Ouimet;John E.Tauer; Joshua R.Loffis;Kurt C. Lundblad;Lin Ulven;Linda K.French;Melinda C.Blodgett;Nicole Stillings;R.C.Bowman;R.Scott Egginton; R.W. Frank; Rachel Thomas;Sandra M. Doze;Ted Jorgensen all of the city of Minneapolis state of MN each individually if there be more than one named,its true and lawful aftomey-in-fact to make,execute,sea[,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed UUU thereto this 5th day May 2015 M D AS A'�INS& American Fire and Casualty Company The Ohio Casualty Insurance Company 1906 9 1919 Liberty Mutual Insurance Company Q) < 0 1912 0 1991 West American I nsurance Company STATE OF PENNSYLVANIA ss David M.Care Assistant Secretary COUNTY OF MONTGOMERY 0 On this 5th day of May 2015., before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and ) a) Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,LLJ execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 CL M PAq., COMMONWEALTH OF PENNSYLVANIA Z 0 Ol all <CV) Notarial Seal 4-4 Teresa Pastella,Notary Public By: _7,6� 0 OF Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public I- D 4) C: Z My Commission Expires March 28,2017 0 0 -"qRwy Member,Pennsylvania Association of Notaries C L O E .2 W w This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance .00 Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 r— to such limitation as the Chairman or the President may prescribe,shall appoint such aftomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal >% acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the sea]of the Corporation. When so cD 0 M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or aftomey-in-fact under > 14.. the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. = a r ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf ofthe Company to make,execute seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Z 0 respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David Secretary M.Carey,Assistant Secretato appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power ofAftomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of S E P 15 20 0 C/Is6, oY INsu '50 msup, 1906 0 1919 0 1912 1991 By � i 0 � 5 y �° Gregory W.Davenport,Assistant Secretary 'bo c ii vp 264 of 1000 LMS 12873 122013 J Ilk _r N11tiltual, suR 'ry r Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httf7..//www.tdi.st:ate.tx.LIS E-mail: Con um rProtection a tdi.state.tx,us ? Premium or Claim Disputes J 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. f LMIC-3500 Page 1 of 2 Rev.7.1.07 F a f f YA .mot �',�t ty Muttl5l r' A� M R T T f (FICA ION IMPOR ■ AN ■ E J PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety ` Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas pars 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: r P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: I�ft a�d�vuwv . ctitta . x. a E-mail: Consumerrp otectior tt .jx.us Disputas acerca de primas o reclamos r, 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 p®liza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. I LMIC-3500 Page 2 of 2 Rev.7.1.07 0061 19-l MAINTENANCE BOND Page 1 of 3 Bond No.190034080 l SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we S.J.Louis Construction of Texas,Ltd. known as 9 "Principal'herein and Liberty Mutual Insurance Company a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, ONE MILLION,EIGHT HUNDRED SIXTY-NINE THOUSAND,NINE HUNDRED TWELVE AND 28/100 13 in the sum of Dollars 14 1,869,912.28 ($ ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of SEE I 5 2015 ,20___,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as Verna Trail-Paint Pony Trail 25 Drainage Improvements, City Project Number 01615,DOE No. 6554.;and 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. h CITY OF FORT WORTH i I°eiii6'9`�ail-Paint Pont,Twil Drainage Improrements STANDARD CONSTRUCTION SPECIFICATION DOCUM LN', "r �� j t I 00,Projem A'o.01615 Revised July 1,2011 I 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 n 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division;and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 s CITY OF FORT WORTH Verna Trail-Paint Pon),Trail Drainage lmproreufents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio?Project No.01615 Revised July 1,2011 I 1 0061 19-3 t MAINTENANCE BOND Page 3 of 3 1 IN WTTINESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 1 2 instrument by duly authorized agents and officers on this the day of SEP 15 2015 3 20 I 4 5 PRINCIPAL: 1 6 S.J.Louis Construction of Texas,Ltd. 7 8 9 BY: '� �c� t 10 Sijnature 11 ATTEST: " 12 13 Les V. Whitman, General Manager 1 14 (Principal)Secretary philips J. Val--101il Name and Title ' 15 15 Address: 520 South 6th Avenue 17 Mansfield,Texas 76063 20 Witness as to coral Adam Lunsford SUETY: 22 iertty Mutual os surance Company Com an 23 l 26 � 27 ,, �'"Signature 28 John E.Tauer,Attomey-in-Fact 29 ATTEST: Name and Title 30 See attached Power-of-Attorney 31 Address: 450 Plymouth Road,Suite 400 32 (Surety c etary Plymouth Meeting, PA 19462-8284 f 33 34 �" 35 Witness as to Surety Telephone Number: 800-862-6079 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 q CITY OF FORT WORTH VMra Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 1 G LIMITED PARTNERSHIP ACKNOWLEDGMENT State of TEXAS ' C IAQ0U0� — ^^ County � � ' On this day of 2015,before mo personally appeared Les V. WlAtnian to me known who being by me duly sworn, that he/she is the Gener-al Manager of the S.J. Louis Construction of Texas, Ltd. the Limited Partnership described in and which executed the foregoing instrument,and that he/she signed his/her name thereto by order of the Board of Governors of said Limited Partnership. Of [,x(j, Notary Public Tarrant County, IexEid � M Cl V 10, 2017 0Jy commission expires ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA / ox. � County of HENNEPIN & � ��p � � �n�� : On this day of °�' � ° �w"� `20}5,before mcappeared John E.Tauer to me personally ' known,r�,obeing hy000 duly op/oco,did say that(o)buio the/\uoonoy-iu'Fadnf corporation,that the xou|affixed 0u the foregoing instrument is the corporate seal of said corporation and that said instrument was executed inbcbu|fofxuid corporation hy authority of its Board of Directors;and that said John E.Tauer acknowledged said instrument Nho the free � act and deed o[said corporation. � w Notary Public RACHEL THOMAS County, MN My commission expires Januaty 31,2620 My Commission Expires January 31,2020 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Powerof Attorney limits the acts of those named herein,and they have no authorityto bind the Companyexcept in the mannerand tothe extent herein stated. Certificate No. 6976443 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized underthe laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Brian J.Oestreich;Craig Remick; D. R. Dougherty;Donald R.Olson; Emily Keiser;Jack Cedarleaf 11;Jerome T.Ouimet;John E.Tauer; Joshua R.Loftis;Kurt C.Lundblad;Lin Ulven;Linda K. French;Melinda C.Blodgett;Nicole Stillings; R.C. Bowman;R.Scott Egginton; R.W. Frank; Rachel Thomas;Sandra M.Doze;Ted Jorgensen allofthecityof Minneapolis state of MN each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance ofthese presents and shall be as binding upon the Companies as if they have been duly signed by the president and aftested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of May 2015 American Fire and Casualty Company 0 Aso 01?INSO The Ohio Casualty Insurance Company _P 1Z 1� Liberty Mutual Insurance Company a) < 1906 '0" 1919 12 111 1991 1 1 West merican Insurance Company By: (D av 4� D id M.Care ,Assistant Secretary a STATE OF PENNSYLVANIA ss M COUNTY OF MONTGOMERY a 0 dayof May On this 5th 2015 before me personally appeared David M.Carey, who acknowledged himself to be the Assistant Secretary of American Fire and L) w Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,U) 4— (D W execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. La. E IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 Q M COMMONWEALTH OF PENNSYLVANIA =0 PA&�, <CV) Notadal Seal Teresa Pastella,Notary Public By: 0 OF Plymouth Twp.,Montgomery County 7 Teresa Pastella,Notary Public 4) a My Commission Expires March 28,201 �: M do Member,Pennsylvania Association of Notaries 0 E 4.1 Ry 0.,W This Power of Attorney is madeandexecuted pursuanttoand byauthority of the following By-laws and Authorizations ofAmerican Fireand Casualty Company,The Ohio Casualty Insurance 0 CD Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: :E M ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose inwriting bythe Chairman orthe President,and subject 0 a to such limitation as the Chairman or the President may prescribe,shall appoint such aftomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal >%4) D S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such aflorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal ofthe Corporation. When so a) 0 M executed,such instruments shall be as binding as if signed by the President and aftested to by the Secretary.Any power or authority granted to any representative or aftomey-in-fact under > 4— the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. (D a a ARTICLE All—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president E C14 > 0 and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behall'ofthe Company to make,execute 0? 0 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their 'a Z 0 respective powersof attorney,shall havefull powerto bind the Company by their signature and execution of anysuch instrumentsand to attach thereto the seal of the Company. When so 0 C) executed such instruments shall be as binding as if signed by the president and aftested by the secretary 0 Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such afftomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature ofany assistant secretary ofthe Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Gregory W.Davenport,the undersigned,Assistant Secretary�of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power ofAttomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of SEP 1 5 2015 20 0 AS41 �,jli INso '\'i -V N S U'9'J 1906 1 19 1912 1991 By: v Gregory W.Davenport,Assistant Secretary 263 of 10010 LMS12873 122013 I SURETY r Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: h,ttpa /wwvLtdii stat . w.M�S E-mail: Consl..jirnerProi:ectioi . tdi.si; I 10� muttlafl NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener t informacion acerca de las compahlas, 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: lit rL// vw\✓ .Ldi.state,t c.t,is E-mail: Consumef- 'rotecC:ioru cx>tdi.state.tx.us Disputas acerca de prirnas 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 compaMa de seguros en primer termino. Si usted considers que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. G, Adjunte esta notificacion a su p®liza: x Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. J LMIC-3500 Page 2 of 2 Rev.7.1.07 Client#: 6978 LOUICONI1 ACOR®n. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD,YYYY) 8/14/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MN-COMMERCIAL LINES P N Ft): C,No HONE o 612 349-2400 F4X 612 349 2490 A/C, A/ COBB STRECKER DUNPHY&ZIMMERMANN E-MAIL 150 S FIFTH ST STE 2800 ADDRESS: MINNEAPOLIS,MN 55402 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:ZURICH AMERICAN INSURANCE COMPA INSURED INSURER B:XL SPECIALTY INSURANCE CO SJ LOUIS CONSTRUCTION OF TEXAS LTD 520 6TH AVE SOUTH INSURER C: MANSFIELD,TX 76063 INSURER D: INSURER E; INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER MM/DD MWDD LIMITS A GENERAL LIABILITY GLO647837601 11/01/2014 11/011201 EACHOCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $110001000 CLAIMS-MADE I OCCUR MED EXP(Any one person) $10,000 X CONTRACTUAL LIAB PER PERSONAL&ADV INJURY $1,000,000 X POLICY FORM AND XCU GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PRO CT X LOC $ JE A AUTOMOBILE LIABILITY BAP647837401 11/0112014 11/01/201 COMBINED SINGLE LIMIT Ea accident 1,0_00,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident B X UMBRELLA LIAB X OCCUR US00066034LI14A 11/0112014 11/01/201 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED I X RETENTION$10000 $ A WORKERS COMPENSATION WC647837701 1/01/201411/01/201 1E.X WCSTATu- 0TH- AND EMPLOYERS'LIABILITY YIN S ANY PROPRIETOR/PARTNER/EXECUTIVE STOP GAP LIABILITY L.EACH ACCIDENT $1 OOO 000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory in NH) APPLIES IN STATES E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below ND.OH,WA,WY E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS f VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) SJL#21512:VERNA TRAIL-PAINT PONY TRAIL DRAINAGE IMPROVEMENTS-CITY PROJECT NO.01615,DOE NO.6554 ADDITIONAL INSURED ONLY IF REQUIRED BY WRITTEN CONTRACT WITH RESPECT TO GENERAL LIABILITY,AUTOMOBILE LIABILITY&UMBRELLA LIABILITY:CITY OF FORT WORTH,ITS OFFICERS, EMPLOYEES,AND SERVANTS (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CITY OF FORT WORTH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN TRANSPORTATION AND PUBLIC WORKS ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:TARA FISHBACK 1000 THROCKMORTON ST AUTHORIZED REPRESENTATIVE FORT WORTH,TX 76102-6311 ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S733626/M646662 KLH DESCRIPTIONS (Continued from Page 1) WAIVER OF SUBROGATION ONLY IF REQUIRED BY WRITTEN CONTRACT WITH RESPECT TO WORKERS'COMPENSATION APPLIE IN FAVOR OF:CITY OF FORT WORTH,ITS OFFICERS,EMPLOYEES,AND SERVANTS The following supersedes the cancellation wording: Should any of the above described policies be cancelled before the expiration date,30 Days written notice (10 Days for Non-Payment)will be delivered to the certificate holder. SAGITTA 25.3(2010105) 2 of 2 #S733626/M646662 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Improrenrents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing, and all other types of structures or improvements, 19 to all water, sewer,and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Imprommenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01),Project No.01615 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July I,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Verna Trail-Paint Perry Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 1 I Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage hnprorentents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Pagel of 3 I SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citp Project No.0161 S Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Verna Trail-Poini Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Perna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised August 17,2012 01 31 20-I PROJECT MEETINGS Page I of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor,subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July I,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage I nprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July I,2011 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTl - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation,submittal, updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1-No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects,including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein.Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.01615 Revised July 1,2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improrenients STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work,in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01615 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage lmprommenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci Ago.01615 Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Ferna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page I of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION 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 [NOT USED] 30 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project No.01615 Revised July 1,2011 01 33 00-1 SUBMITTALS Pagel of 8 I SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Vern Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication, and installations in conformance 26 with approved shop drawings, applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl Ago.01615 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Gnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Reuubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improremenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications i l 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 1 l e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage hnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example:ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH Verna Trail-Pain!Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project,it will be necessary to deactivate,for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e.type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 0135 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 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 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Verna Trail-Pain!Pony Trail Drainage bnpromments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage bnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Daft: DOE MO.XXXX Protect Memel NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 4 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.01615 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Ferna Trail-Paint Pony Trail Drainage hnproremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH 1,erna Trail-Pain!Pone Trail Drainage hnproremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/ [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage hnprovemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control I 1 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cib,Project No.01615 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July I,2011 0157 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage hnproventents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No.01615 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Imprownients STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July I,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of/4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Verna Trail-Paint Porte Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnproirements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02- Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 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 Perna Ti-ail-Paint Pone Trail Drainage ImProi,ements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Verna Trail-Paim Pony Trail Drainage Ibnproi,emenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciip Projeci No.01615 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Fern Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements i l 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage lmprovemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Pagel of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment,and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Perna Trail-Paint Potty Trail Drainage Improi,ements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH Verna Trail-Paim Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projecl Ago.01615 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents i l b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement'will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby,idle time, or lost profits associated this 36 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 SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage bnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Projecl No.01615 Revised December 20,2012 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals,if required,shall be in accordance with Section 0133 00. 32 B. All submittals 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. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improirements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01615 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 1 l b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost, destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup.The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.01615 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection, curvature, etc.(All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts,dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection,curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH Verna Trail-Paint Pon),Trail Drainage Improremenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 01 74 23-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION 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 [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH l erna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Perna Trail-Paini Pone Trail Drainage lmprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives,dust,dirt,stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes,structures, 42 junction boxes and inlets. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnprovetnents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Verna Trail-Paint Pare Trail Drainage lmprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No.01615 Revised July 1,2011 0177 19-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 0177 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improremenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH 17erna Trail-Point Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH henna Trail-Paint Pony Dwil Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 i d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation, control,stopping,shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 017823-4 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 i l 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cii),Project No.01615 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Perna Trail-Paint Pone Trail Drainage lmpromments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project No.01615 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents,including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improi,ements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage hnprorements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.01615 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Verna Trail-Paint Pony T rail Drainage Iniyrovemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 31 25 00-1 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) 7 and installation,maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 10 11 12 , Yy� 13t o, $ 14 15 16 . 17 18 ': 19 20 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the 23 Contract 24 2. Division 1 —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Storm Water Pollution Prevention Plan<1 acre 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiary to the structure or Items being bid and no other 33 compensation will be allowed. 34 2. Storm Water Pollution Prevention Plan> 1 acre 35 a. Measurement for this Item shall be by lump sum. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 39 c. The price bid shall include: 40 1) Preparation of SWPPP CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 2 of 9 1 2) Implementation 2 3) Permitting fees 3 4) Installation 4 5) Maintenance 5 6) Removal 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification,unless a date is specifically cited. 11 2. ASTM Standard: 12 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 13 Fabrics—Diaphragm Bursting Strength Tester Method 14 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 15 of Geotextiles 16 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 17 of a Geotextile 18 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 19 Geomembranes and Related Products 20 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit 21 No. TXR150000 22 4. TxDOT Departmental Material Specifications(DMS) 23 a. DMS-6230"Temporary Sediment Control Fence Fabric" 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Storm Water Pollution Prevention Plan(SWPPP) 27 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 28 Construction Activity under the TPDES General Permit 29 C. Construction Site Notice 30 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 31 Construction Activity under the TPDES General Permit 32 E. Notice of Change(if applicable) 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY,STORAGE AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Verna Trail-Paini Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cii),Project No.01615 Revised December 20,2012 312500-3 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 3 of 9 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Rock Filter Dams 6 1. Aggregate 7 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 8 crumbling,flaking and eroding acceptable to the Engineer. 9 b. Provide the following: 10 1) Types 1,2 and 4 Rock Filter Dams i l a) Use 3 to 6 inch aggregate. 12 2) Type 3 Rock Filter Dams 13 a) Use 4 to 8 inch aggregate. 14 2. Wire 15 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 16 wires for Types 2 and 3 rock filter dams 17 b. Type 4 dams require: 18 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'h 19 inches x 3 '/inches 20 2) Minimum 0.0866 inch steel wire for netting 21 3) Minimum 0.1063 inch steel wire for selvages and corners 22 4) Minimum 0.0866 inch for binding or tie wire 23 B. Geotextile Fabric 24 1. Place the aggregate over geotextile fabric meeting the following criteria: 25 a. Tensile Strength of 250 pounds,per ASTM D4632 26 b. Puncture Strength of 135 pounds,per ASTM D4833 27 c. Mullen Burst Rate of 420 psi,per ASTM D3786 28 d. Apparent Opening Size of No. 20(max),per ASTM D4751 29 C. Sandbag Material 30 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 31 be used to fill the sandbags. 32 D. Stabilized Construction Entrances 33 1. Provide materials that meet the details shown on the Drawings and this Section. 34 a. Provide crushed aggregate for long and short-term construction exits. 35 b. Furnish aggregates that are clean,hard, durable and free from adherent coatings 36 such as salt, alkali,dirt, clay, loam, shale, soft or flaky materials and organic and 37 injurious matter. 38 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 39 d. The aggregate shall be placed over a geotextile fabric meeting the following 40 criteria: 41 1) Tensile Strength of 300 pounds,per ASTM D4632 42 2) Puncture Strength of 120 pounds,per ASTM D4833 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Inproremenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 312500-4 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 4 of 9 1 3) Mullen Burst Rate of 600 psi,per ASTM D3786 2 4) Apparent Opening Size of No.40(max),per ASTM D4751 3 E. Embankment for Erosion Control 4 1. Provide rock, loam,clay,topsoil or other earth materials that will form a stable 5 embankment to meet the intended use. 6 F. Sandbags 7 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 8 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 9 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 10 2. Use natural coarse sand or manufactured sand meeting the gradation given in 11 Table 1 to fill sandbags. 12 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide,and 6 to 8 13 inches thick. 14 Table 1 15 Sand Gradation Sieve# Maximum Retained % by Weight) 4 3 percent 100 80 percent 200 95 percent 16 G. Temporary Sediment Control Fence 17 1. Provide a net-reinforced fence using woven geo-textile fabric. 18 2. Logos visible to the traveling public will not be allowed. 19 a. Fabric 20 1) Provide fabric materials in accordance with DMS-6230, "Temporary 21 Sediment Control Fence Fabric." 22 b. Posts 23 1) Provide essentially straight wood or steel posts with a minimum length of 24 48 inches,unless otherwise shown on the Drawings. 25 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 26 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 27 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 28 foot. 29 c. Net Reinforcement 30 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 31 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 32 unless otherwise shown on the Drawings. 33 d. Staples 34 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. CITY OF FORT WORTH Verna Trail-Paini Poiq Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised December 20,2012 312500-5 EROSION AND SEDIMENT CONTROL ADDENDUM##3 Page 5 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Storm Water Pollution Prevention Plan 9 1. Develop and implement the project's Storm Water Pollution Prevention Plan 10 (SWPPP)in accordance with the TPDES Construction General Permit 11 TXR150000 requirements. Prevent water pollution from storm water runoff by 12 using and maintaining appropriate structural and nonstructural BMPs to reduce 13 pollutants discharges to the MS4 from the construction site. 14 B. Control Measures 15 1. Implement control measures in the area to be disturbed before beginning 16 construction,or as directed.Limit the disturbance to the area shown on the 17 Drawings or as directed. 18 2. Control site waste such as discarded building materials,concrete truck washout 19 water,chemicals,litter and sanitary waste at the construction site. 20 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 21 sedimentation resulting from construction operations,the Engineer will limit the 22 disturbed area to that which the Contractor is able to control.Minimize 23 disturbance to vegetation. 24 4. Immediately correct ineffective control measures. Implement additional controls 25 as directed.Remove excavated material within the time requirements specified in 26 the applicable storm water permit. 27 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 28 temporary control measures,temporary embankments,bridges,matting, 29 falsework,piling, debris,or other obstructions placed during construction that are 30 not a part of the finished work,or as directed. 31 C. Do not locate disposal areas,stockpiles,or haul roads in any wetland,water body, or 32 streambed. 33 D. Do not install temporary construction crossings in or across any water body without the 34 prior approval of the appropriate resource agency and the Engineer. 35 E. Provide protected storage area for paints,chemicals,solvents,and fertilizers at an 36 approved location.Keep paints,chemicals, solvents, and fertilizers off bare ground and 37 provide shelter for stored chemicals. 38 F. Installation and Maintenance CITY OF FORT WORTH Perna Trail-Paint Pomp Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No.01615 Revised December 20,2012 312500-6 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 6 of 9 1 1. Perform work in accordance with the TPDES Construction General Permit 2 TXR150O00. 3 2. When approved,sediments may be disposed of within embankments,or in areas 4 where the material will not contribute to further siltation. 5 3. Dispose of removed material in accordance with federal, state,and local 6 regulations. 7 4. Remove devices upon approval or when directed. 8 a. Upon removal,finish-grade and dress the area. 9 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 10 Drawings or directed. 11 5. The Contractor retains ownership of stockpiled material and must remove it from 12 the project when new installations or replacements are no longer required. 13 G. Rock Filter Dams for Erosion Control 14 1. Remove trees,brush, stumps and other objectionable material that may interfere 15 with the construction of rock filter dams. 16 2. Place sandbags as a foundation when required or at the Contractor's option. 17 3. For Types 1,2, 3,and 5,place the aggregate to the lines, height,and slopes 18 specified,without undue voids. 19 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 20 upstream side over the aggregate and secure it to itself on the downstream side 21 with wire ties,or hog rings,or as directed. 22 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 23 otherwise directed. 24 6. Construct filter dams according to the following criteria,unless otherwise shown 25 on the Drawings: 26 a. Type 1 (Non-reinforced) 27 1) Height-At least 18 inches measured vertically from existing ground to top 28 of filter dam 29 2) Top Width-At least 2 feet 30 3) Slopes-At most 2:1 31 b. Type 2(Reinforced) 32 1) Height-At least 18 inches measured vertically from existing ground to top 33 of filter dam 34 2) Top Width-At least 2 feet 35 3) Slopes-At most 2:1 36 c. Type 3 (Reinforced) 37 1) Height-At least 36 inches measured vertically from existing ground to top 38 of filter dam 39 2) Top Width-At least 2 feet 40 3) Slopes-At most 2:1 41 d. Type 4 (Sack Gabions) 42 1) Unfold sack gabions and smooth out kinks and bends. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project No.01615 Revised December 20,2012 312500-7 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 7 of 9 1 2) For vertical filling,connect the sides by lacing in a single loop—double loop 2 pattern on 4-to 5-inches spacing. At 1 end,pull the end lacing rod until tight, 3 wrap around the end,and twist 4 times.At the filling end, fill with stone,pull 4 the rod tight,cut the wire with approximately 6 inches remaining, and twist 5 wires 4 times. 6 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and 7 connect sides and secure ends as described above. 8 4) Lift and place without damaging the gabion. 9 5) Shape sack gabions to existing contours. 10 e. Type 5 11 1) Provide rock filter dams as shown on the Drawings. 12 H. Construction Entrances 13 1. When tracking conditions exist,prevent traffic from crossing or exiting the 14 construction site or moving directly onto a public roadway,alley,sidewalk, 15 parking area, or other right of way areas other than at the location of construction 16 entrances. 17 2. Place the exit over a foundation course,if necessary. 18 a. Grade the foundation course or compacted subgrade to direct runoff from the 19 construction exits to a sediment trap as shown on the Drawings or as directed. 20 3. At drive approaches,make sure the construction entrance is the full width of the 21 drive and meets the length shown on the Drawings. 22 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 23 other points of ingress or egress or as directed by the Engineer. 24 I. Earthwork for Erosion Control 25 1. Perform excavation and embankment operations to minimize erosion and to 26 remove collected sediments from other erosion control devices. 27 a. Excavation and Embankment for Erosion Control Measures 28 1) Place earth dikes, swales or combinations of both along the low crown of 29 daily lift placement, or as directed,to prevent runoff spillover. 30 2) Place swales and dikes at other locations as shown on the Drawings or as 31 directed to prevent runoff spillover or to divert runoff. 32 3) Construct cuts with the low end blocked with undisturbed earth to prevent 33 erosion of hillsides. 34 4) Construct sediment traps at drainage structures in conjunction with other 35 erosion control measures as shown on the Drawings or as directed. 36 5) Where required, create a sediment basin providing 3,600 cubic feet of 37 storage per acre drained, or equivalent control measures for drainage locations 38 that serve an area with 10 or more disturbed acres at 1 time,not including 39 offsite areas. 40 b. Excavation of Sediment and Debris 41 1) Remove sediment and debris when accumulation affects the performance of 42 the devices, after a rain,and when directed. 43 J. Sandbags for Erosion Control 44 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm 45 water runoff from disturbed areas, create a retention pond, detain sediment and 46 release water in sheet flow. CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project No.01615 Revised December 20,2012 312500-8 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 8 of 9 1 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 2 allow for proper tying of the open end. 3 3. Place the sandbags with their tied ends in the same direction. 4 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5 5. Place a single layer of sandbags downstream as a secondary debris trap. 6 6. Place additional sandbags as necessary or as directed for supplementary support to 7 berms or dams of sandbags or earth. 8 K. Temporary Sediment-Control Fence 9 1. Provide temporary sediment-control fence near the downstream perimeter of a 10 disturbed area to intercept sediment from sheet flow. 11 2. Incorporate the fence into erosion-control measures used to control sediment in 12 areas of higher flow. Install the fence as shown on the Drawings,as specified in 13 this Section,or as directed. 14 a. Post Installation 15 1) Embed posts at least 18 inches deep, or adequately anchor,if in rock,with a 16 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 17 b. Fabric Anchoring 18 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 19 fabric. 20 2) Provide a minimum trench cross-section of 6 x 6 inches 21 3) Place the fabric against the side of the trench and align approximately 2 22 inches of fabric along the bottom in the upstream direction. 23 4) Backfill the trench,then hand-tamp. 24 c. Fabric and Net Reinforcement Attachment 25 1) Unless otherwise shown under the Drawings,attach the reinforcement to 26 wooden posts with staples,or to steel posts with T-clips,in at least 4 places 27 equally spaced. 28 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 29 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 30 every 15 inches or less. 31 d. Fabric and Net Splices 32 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 33 least 6 places equally spaced,unless otherwise shown under the Drawings. 34 a) Do not locate splices in concentrated flow areas. 35 2) Requirements for installation of used temporary sediment-control fence 36 include the following: 37 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 38 b) Fabric without excessive patching(more than 1 patch every 15 to 20 39 feet) 40 c) Posts without bends 41 d) Backing without holes CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cify Project No.01615 Revised December 20,2012 312500-9 EROSION AND SEDIMENT CONTROL ADDENDUM#3 Page 9 of 9 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. Waste Management 8 1. Remove sediment, debris and litter as needed. 9 3.11 CLOSEOUT ACTIVITIES 10 A. Erosion control measures remain in place and are maintained until all soil disturbing 11 activities at the project site have been completed. 12 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 13 on areas not covered by permanent structures, or in areas where permanent erosion 14 control measures(i.e.riprap,gabions,or geotextiles)have been employed. 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE 17 A. Install and maintain the integrity of temporary erosion and sedimentation control 18 devices to accumulate silt and debris until earthwork construction and permanent erosion 19 control features are in place or the disturbed area has been adequately stabilized as 20 determined by the Engineer. 21 B. If a device ceases to function as intended,repair or replace the device or portions 22 thereof as necessary. 23 C. Perform inspections of the construction site as prescribed in the Construction General 24 Permit TXR150000. 25 D. Records of inspections and modifications based on the results of inspections must be 26 maintained and available in accordance with the permit. 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised December 20,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 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 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification .........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-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 Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,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 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. I. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeember2l,2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant,or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project 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 workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install' or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber2l,2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions,Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dece nber2l,2012 00 72 00-1 General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings.- The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:DecemUer21,2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 72 00-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:130,mber21,2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber21,2012 00 72 00-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deceraber2l,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs,shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders,Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeember2l,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber2l,2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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. £ The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General 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: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.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 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwember2l,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 until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure,observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,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 all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dee mber2l,2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General 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 unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deceinber2l,2012 007200-1 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. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dewnber2l,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 April 6,2015: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Parcel 2 Stephen C.Mercer July,2015 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH Perna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cth,Project No.01615 Revised April 1,2013 oo73uo'z SUPPLEMENTARY CONDITIONS Page zvr5 l Utilities or obstructions tobo removed,adjusted,and/or relocated 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 mmoy April 6, 2075: 5 EXPECTED UTILITY AND LOCATION TARGET DATE 0F OWNER ADJUSTMENT —_�N«o« —'—'--- .......—...—.................................... ..................................................................................................................-------------------------------------------------- 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 7 and do not bind the City. 8 9 8C-4.0%A',"Subsurface and Physical Conditions" 10 I The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Report No.{�Gl2}1y8&dated August 1.2014,prepared 6yHK/Associates,Inc. u sub-consultant of 14 Stream 141ahr Group,Jnu. 0 consultant ofthe City,providing additional information ou Subsurface and 15 yh))skn/Coxdit/oxs. 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 19 SUE(Lci,el B)PLANS—/4 Sheets, The Rios Group. 20 21 0C-4,06A~"Hazardous Environmental Conditions utSite" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 NONE 25 26 SK-8.03A.,"Certificates wfInsurance" 27 28 The entities listed below are"additional insureds uotheir interest may appear"including their respective 29 officers,directors,agents and employees. 30 3} (l) city 32 (3) Consultant: /V{XVE 33 (3) Other: NONE 34 35 BK-5'O4A,,^^/Cmmtruotor^uInsurance" 36 37 The limits of liability for the insurance required 6y Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 S.04A'Workers'Compensation,under Paragraph GC'5.04&. 4| 42 Sm/u/v,)'lio//* 43 ltnployo's liability 44 %100,000 our6umcide//tlooc///r000x 45 $100,000 Disease-each ooy,/@wo 46 $500,000 Disease yokg///x/// 47 48 8C-S,w4D«.,^^Cookruutor`oInsurance" 49 CITY or FORT WORTH Verna Trail Paint Pony Trail Drainage Imvxv`wmw//s uz^mwzamD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.o/x/5 Revised April 1,2013 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily li#w y per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Dainage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks NONE. 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $Confirm Limits with Railroad 48 49 (2) Each Occurrence: $Confrr m Limits with Raih oad 50 51 —Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH Verna Trait-Paint Pony Trait Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised April 1,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 39 40 SC-6.09.,"Permits and Utilities" 41 42 SC-6.09A.,"Contractor obtained permits and licenses" 43 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 44 NONE 45 46 47 SC-6.09B."City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 NONE. 50 51 SC-6.09C."Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of April 6, 54 2015: 55 CITY OF FORT WORTH Verna Trail-Paint Pone Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 2 3 SC-7.02.,"Coordination" 4 5 The individuals or entities listed below have contracts with the City for the performance of other work at 6 the Site: 7 Vendor Scope of Work Coordination Authority NONE 8 9 10 SC-8.01,"Communications to Contractor" 11 12 NONE 13 14 SC-9.01.,"City's Project Representative" 15 16 The following firm is a consultant to the City responsible for construction management of this Project: 17 18 NONE 19 20 SC-13.03C.,"Tests and Inspections" 21 22 NONE 23 24 SC-16.01C.1,"Methods and Procedures" 25 26 NONE 27 28 29 30 END OF SECTION CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ago.01615 Revised April 1,2013 '�..-a' -,-ti='" vas e�-'r✓�„r '�,✓"r'� -u ,-• ScourStop'"transition mats are an engineered,proven,bio-technical alternative to traditional hard-armors stems.ScourStop transition mats � f ���C :�'�'L GAG ti � ✓✓� �`� are manufactured of a semi-rigid HDPE.When combined with soft-armor f� r soil cover and deep-soil earth anchors,the ScourStop system mechanically r protects soil from severe scour and erosion.The ScourStop system offers , greater protection than vegetation alone or rip rap and is lab-tested and field- w proven to protect against considerably higher shear stresses and velocities. w 4i ScourStop transition mats provide a permanent,low-maintenance solution with immediate,day-one protection and impact resistance over highly erosive areas such as stormwater outfalls,curb outfalls,overflow structures,drainage channels,levees,and shorelines.ScourStop transition mats conform to the property values listed below: r r G .a as OEM= Ir I Mass/Unit Area ASTM D6566 Ibs/sf 0.942 ® - -• Thickness ASTM D6525 inches 0.463 -- • . Wide Width Tensile ASTM D4595 Ibs/ft 3,053 Strength Percent Open Area Calculated % 50 UV Stability ASTM D4355 % 87 ®I. Manning's in Calculated 0.039 Culvert Outfall Test . �I Exit Velocity Prototype ft/sec 16.0 Discharge cfs 90 • Velocity �� ° •' '� Flume Testing Day 1 Performance ft/sec 19.0 Fully Vegetated ASTM D6460 31.0 Shear Flume Testing Day 1 Performance ASTM D6460 Ibs/ft2 13.0 Fully Vegetated 16.0 we stay green under pressure SCUUF '�tu land-nark- Qw am, 41121, na EARTH SOLUTIONS, INC. Learn more about other Earth Solutions products at: LandmarkEarthSolutions.com 1 (888)574-6473(#1) See research and installation in progress:scourstop.com 1 (877)99-SCOUR(877-997-2687) Our products are ot7ered and sold with our express Limited warranty,which may be viewed at wmw.I.and markF:arthSolutionscom. ALL OTHER WARRANTIES,EXPRESS OR IMPLIED,ARE DISCLAIMED.Patented and Patents Pending 319901 4]2013 Landmark Earth Solutions,Ineorpnrated,asubsidiary oCLeRGett fi PIat6 Incorporated 12afi?_0113 PRIN I ED ON 100%RFCYCLED PAPER t �' �,.... f.�. � �t. �s =xw, -� �� . ;..-: � a Y F � F� ® � ' � l � � � � � �� � Site i 1 Finish grading to ensure positive drainage and eliminate ponding. 2 Create defined drainage channel to carry stormwater at outlet and downstream. 3 Compact soil in all areas of fill to create firm seed bed. 4 Install subsurface drainage the if constant water is expected. 5 Grade a smooth transition from outlet to discharge area (allow for soil cover thickness and ScourStop thickness). 6 Max. 2" drop from culvert outlet/curb opening to top of ScourStop mats (no waterfall impact). t4 Ponding at fl ILL erfall Impact Soil Cover: 1 ScourStop must be placed over soil cover (sod, TRM, or geotextile)— Not over bare ground. 2 Channel flow data must be evaluated to determine proper soil cover. 3 Install sod; water thoroughly after completing installation. 4 Or install turf reinforcement mat (TRM), after seed and fertilizer, then water thoroughly after completing installation. 5 Un-vegetated: install geotextile (minimum 6 oz. non-woven geotextile fabric). �u; CS ScourStop Transition 1 After proper grading and installation of selected soil cover, place MatScourStop mats beginning at culvert outlet/curb opening, or at toe of Installation: slope, stream bank, or spillway. 2 Place ScourStop mat(s) adjacent to culvert/curb and adjacent to other ScourStop mats to avoid gaps. 3 Do not overlap adjacent mats unless necessary to conform to channel geometry. 4 If desired, ScourStop mats may be cut with circular saw or hand saw. Scourstop ScourStop Anchors: = 1 1 Use ScourStop anchors (minimum of 8 anchors per mat) to secure mats on top of soil cover and tightly to the soil surface. 2 Insert bullet anchor strap into lock washer (3"-4"). of flow Direction 3 Insert the machined end of the driver into the bullet anchor. 4 Drive anchor through a 2" hole in mat (per recommended anchor pattern), stopping before lock-washer is at least 1" above mat. Anchor pattern 5 Twist and pull the driver out of the soil. Wipe driver tip with rag or glove to remove soil. 6 Grasp end of strap with one hand and push down on lock-washer with the other until lock-washer is flush with mat. 7 Place foot on top of lock-washer then give a firm tug on the strap (quick tug, like setting a fish hook) to set the Pivoting Bullet anchor. 8 Use additional anchors if necessary to secure mats tightly to soil surface. Electric Hamrner Ground"Rod Driver. -0—,Ground Rad Driver {min.6 lb.striking Insait thebul et driver force,11 lb.best Into,the ground rod for cohesive sons); „ driver and vibrate the slide hammers are bullet into the ground also available. a minimum depth of 18 inches(460 mm), or 36 inches(900 Pull strap to"set" Clean the mm)for sandy soils:' machined end anchor in position each time to ScourStop (pliers optional).' ensure easy release when removing driver. I ScourStop may used in many applications: culvert outlets, curb outfalls, spillways, overflow structures, stream banks, slopes, etc. The details in this example are for typical culvert outlet protection. Project engineer shall determine the limits of soil cover and ScourStop. Continue soil cover beyond outlet apron area to properly protect downstream channel and prevent head-cutting.. Width: Install soil cover wider than proposed ScourStop protection (recommend soil cover full width of channel -across bottom and up both slopes). f Length of protection Width of protection Transition mat apron length A ,.. A. Culvert outlet protection—plan view Outlet and channel scour protection (transition mats) Soil cover Section view AA Electric m • Rotary hammer or demolition hammer-the greater the impact energy (ft/lbs) and the heavier the hammer, the greater the driving force to install bullet anchors into soil. (e.g., 'Makita HM1214C) * Use hammer-only mode, no rotation. • Use 3/4" Ground Rod Driver, which fits onto ScourStop Driver. • Recommend two ScourStop drivers per electric hammer to achieve maximum efficiency. Maintenance: • No maintenance is required for a ScourStop solution. Mowing over a vegetated ScourStop solution is allowed— minimum height of 4 recommended. Mowing is not recommended where soft, saturated soils exist. • ScourStop surface may be slippery when wet— use caution. a product of Learn more about other Earth Solutions products at, LandmarkEarthSolutions.com 1 (888)574-6473(A) la nd-nark. See research and installation in progress:ScourStop,com I (877)99-SCOUR(877-997-2687) EARTH SOLUTIONS, INC. OurptoductsanoHered and sdd with owapms llmitedwarramy,which may be viewed stwww 1aodmarkEuthSdatiomcca. All.onIERWARRANIIES,E MESS ORIMPI.IRU3 AREDISCIAIWD.Patenied UA Patents pending 02013 UndmarkEarth Sohnlom,Incorporated a mbdd aryof Leggett&Pbdt,Incmporated 1 14474_0703 st o9 of APPENDIX GC-4.01 Availability of Lands Parcel 1 —Solid Rock Baptist Church of Fort Worth (25' Wide Permanent Drainage Facility Easement) Parcel 2—Stephen C.Mercer GC-4.02 Subsurface and Physical Conditions Geotechnical Study—Report NO DG-12-11980 GC-4.04 Underground Facilities SUE Plans(Level B)—The Rios Group GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.D Minority Owned Business Enterprise Compliance MBE-Special Instructions MBE- Subcontractor/Supplier Utilization Form MBE-Prime Contractor Waiver Form MBE-Good Faith Effort Form MBE-Joint Venture Eligibility Form GC-6.07 Wage Rates 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.09 Permits and Utilities NONE GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements City of Fort Worth Water Department's Standard Product List City-Wide Standard Products List CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 Verna Trail - Paint Pony Trail Drainage Improvements Parcel #02-PDFE Doe# 6554 724 Verna Trail North STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE: GRANTOR: STEPHEN C. MERCER GRANTOR'S MAILING ADDRESS (including County): 10120 PAINT PONY TRAIL N. FORTH WORTH, TX 76108 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of that certain tract of land located in the Socorro Farming Company Survey, Abstract No. 1837, City of Fort Worth, Tarrant County, Texas, being a portion of a called 4.76 acre tract of land conveyed to Stephen C. Mercer, by deed as recorded in Volume 8523, Page 1803, D.R.T.C.T., and being more particularly described in Exhibit"A" (0.021 acres). Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 rock rip-rap, drop structures and access ramps, and other erosion control measures in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 GRANTOR: GRANTEE: City of Fort Worth Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY Leann Guzman, Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/02/2014 EXHIBIT "A" PARCEL 02-PDFE 30' X 30' PERMANENT DRAINAGE FACILITY EASEMENT CITY OF FORT WORTH,TARRANT COUNTY, TEXAS BEING a 0.021 acre tract of land located in the Socorro Farming Company Survey, Abstract No. 1837, City of Fort Worth, Tarrant County, Texas, said 0.021 acre tract of land also being a portion of a called 4.76 acre tract of land conveyed to STEPHEN C. MERCER, by deed as recorded in Volume 8523, Page 1803, Deed Records, Tarrant County, Texas (D.R.T.C.T.), said 0.021 acre tract of land being a 30 feet by 30 feet Permanent Drainage Facility Easement, and being more particularly described by metes and bounds as follows: BEGINNING at a 1/2 inch iron rod found at the southwest property corner of the said Mercer tract, same being the southeast property corner of a called 3.12 acre tract of land conveyed to Michael and Deborah Barber, by deed as recorded in Tarrant County Clerk's Instrument No. D211015623, Official Public Record, Tarrant County, Texas (hereinafter referred to as the Barber tract), said iron rod found also being on the north right-of-way line of Paint Pony Trail(being a 60 feet wide right-of-way at this point); THENCE North 00°24'25" East, along the west property line of the said Mercer tract and along the east property line of the said Barber tract, a distance of 30.00 feet to a point for corner from which a 1/2 inch iron rod found at the northwest property corner of the said Mercer tract, same being the northeast property corner of the said Barber tract bears North 00°24'25"East, a distance of 542.02 feet; THENCE North 89°38'41" East, over and across the said Mercer tract, and along a line 30 feet north of and parallel with the south property line of the said Mercer tract, same being the said north right-of-way line, a distance of 30.00 feet; THENCE South 00°24'25"West, along a line 30 feet east of and parallel with the said west property line of the Mercer tract, a distance of 30.00 feet to the south property line of the said Mercer tract, same being the said north right-of-way line of Paint Pony Trail; THENCE South 89°38'41"West, along the said property line and along the said right-of-way line, a distance of 30.00 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains 0.021 acres (900 square feet)of land,more or less. NOTE: The basis of bearings for this survey is the Texas State Plane NAD83 North Central Zone (4202). I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that the same is true and correct. Spooner and Associates, Inc. Eric Spooner,RPLS �E ' F.. Registered Professional Land Surveyor Texas Registration No. 5922 """ ERIC S. SPOONER TBPLS Firm No. 10054900 ••.••..•• 22'... Dated: 3r2�® l�J �q �_.fss 04 D F-y Pagel of 2 LINE TABLE MAP OF EXHIBIT J'JA' a SEE ATTACHED LEGAL DESCRIPTION ON NO. DIRECTION DIST. PAGE 1 HEREIN Ll N0002425"E 30.00' 1 L2 N89038'41"E 30.00' DEERTY CA L L ED. 4.76 A CRES L3 SOO*2425"W 30.00' LINE Ll �u STEPHEN C. MERCER L4 S89'38'41 W 30.00' VOL. 8523, PG. 1803, DATC.T CALLED. 3.12ACRES (SHADED AREA) MICHAEL & DEBORAH BARBER EXHIBI T'A 30'X 30, T C.C.L NO. D211015623, L2 PERMANENT DRAINAGE O.P.R.TC.T FACILITY EASEMENT 0.021 ACRES(900 SF) POINT OF BEGINNING I I/ L3 12'"IRF R.O.W-10' N8938'41"E-270.00' FAWNS Co�SuRVEY, �1-4 AOSTRACT'No� 1037 -PA-I-Nrf- PON'NJL7'--r,-IP-R-A-IL (60'WIDE RIGHT-OF-WAY) 0 10, 20' GRAPHIC SCALE IN FEET lit=20' R.0.W.-,, CALLED: 1.369ACRES CA FEDERICK&JANICE FLEURY CALLED: 1.369ACRES VOL. 13442, PG. 378, NICOLAS& LUZRAVELO D.R.T C.T TC.C.I. NO. D206016646, O.P.R.TC.T. oftsm 360C4 do Is EXHIBIT"A"—30'X 30' PERMANENT DRAINAGE FACILITY EASEMENT THE BASIS OF BEARINGS FOR THIS SURVEY IS SPOONER& THE TEXAS STATE PLANE NAD83 NORTH co CENTRAL ZONE(4202). ASSOCIATES ...................... ERIC S.SPOONER PARCEL 02-PDFE mmulawsm PROPERTY: STEPHEN MERCER,VOL.8523,PG.1803,D.R.T.C.T. REGISTERED PROFESSIONAL LAND SURVEYORS 5922 LOCATION:CITY OF FORT WORTH,TARRANT COUNTY,TEXAS 309 BYERS STREEL#100 WHOLE PROPERTY ACREAGE:4.76 ACRES(DEED) WAR EULESS,IX 76039 ACAD FILE:11-021 VERNA TRAIL ESMTS.dwg TBPLS NO, 10054900(817) 685-8448 \41 S&A JOB N %WN BY: C.R.R. WWW.SPOONERSURVEYORS.COM 'CKED BY. F 2 "DATf3/2 E.S.S. Verna Trail — Paint Pony Trail Drainage Improvements Parcel #02-TCE Doe# 6554 724 Verna Trail North CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: STEPHEN C. MERCER GRANTOR'S MAILING ADDRESS (including County): 10120 PAINT PONY TRAIL N. FT.WORTH, TARRANT TARRANT COUNTY, TX 76108 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of that certain tract of land located in the Socorro Farming Company Survey, Abstract No. 1837, City of Fort Worth, Tarrant County, Texas, being a portion of a called 4.76 acre tract of land conveyed to Stephen C. Mercer, by deed as recorded in Volume 8523, Page 1803, D.R.T.C.T., and being more particularly described in Exhibit "A" (0.048 acres) Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"A". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of drainage improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. Temporary Construction Easement 03/09/2015 TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 EXHIBIT "A" PARCEL 02-TCE VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH, TARRANT COUNTY, TEXAS BEING a 0.048 acre tract of land located in the Socorro Farming Company Survey, Abstract No. 1837, City of Fort Worth, Tarrant County, Texas, said 0.048 acre tract of land also being a portion of a called 4.76 acre tract of land conveyed to STEPHEN C. MERCER, by deed as recorded in Volume 8523, Page 1803, Deed Records, Tarrant County,Texas (D.R.T.C.T.), said 0.048 acre tract of land being a variable width Temporary Construction Easement,and being more particularly described by metes and bounds as follows: BEGINNING at a point on the west property line of the said Mercer tract, same being the east property line of a called 3.12 acre tract of land conveyed to Michael and Deborah Barber, by deed as recorded in Tarrant County Clerk's Instrument No. D211015623, Official Public Records, Tarrant County, Texas (hereinafter referred to as the Barber tract), from said beginning point a 1/2 inch iron rod found at the southwest property corner of the said Mercer tract, same being the southeast property corner of the said Barber tract bears South 00°24'25"West, a distance of 30.00 feet; THENCE North 00°24'25" East, along the said property lines, a distance of 20.00 feet to point for corner from which a 1/2 inch iron rod found at the northwest property corner of the said Mercer tract, same being the northeast property corner of the said Barber tract bears North 00°24'25" East, a distance of 522.02 feet; THENCE North 89°38'41" East, over and across the said Mercer tract, and along a line 50 feet north of and parallel with the south property line of the said Mercer tract,a distance of 60.00 feet; THENCE South 00°24'25" West, continuing over and across the said Mercer tract, and along a line 60 feet east of and parallel with the said west property line, a distance of 50.00 feet to the south property line of the said Mercer tract, same being the north right-of-way line of Paint Pony Trail (being a 60 feet wide right-of- way at this point) THENCE South 89°3841"West, along the said property line and along the said right-of-way line,a distance of 30.00 feet; i THENCE North 00°24'25" East, over and across the said Mercer tract, and along a line 30 feet east of and parallel with the said west property line of the Mercer tract,a distance of 30.00 feet; THENCE South 89°38'41" West, continuing over and across the said Mercer tract, and along a line 30 feet north of and parallel with the said south property line and said north right-of-way line, a distance of 30.00 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains 0.048 acres(2,100 square feet) of land, more or less. Page 1 of 3 NOTE: The basis of bearings for this survey is the Texas State Plane NAD83, North Central Zone (4202). I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that the same is true and correct. Spooner and Associates, Inc. Eric Spooner, RPLS Registered Professional Land Surveyor fr o F Texas Registration No. 5922 5 TrR, ;� F+ �•. Fo TBPLS Firm No. 10054900 .s Dated: if !K ERIC S. SPOONER Y' 5922 Page 2 of 3 0 10' 20' 1 EXHIBIT 6® /D YI o.v SEE ATTACHED LEGAL DESCRIPTION ON MEN= N 3 PAGE 1&2 HEREIN GRAPHIC SCALE IN FEET �:z CALLED:4.76 ACRES 1°=20' N; STEPHEN C. MERCER N;N PROPERTY VOL. 8523, PG. 9803, --Sy LINE D.R.T.C.T. • F ± POINT OF `f, t' r/ I �� BEG/NN/NG r ;l .r, j- 60.00' �"�/ o (Yy CALLED:3.12 ACRES MICHAEL & DEBORAH BARBER /Y T.C.G L NO. D211015623, N89°3841 E—240.00' O.P.R.T.C.T. . ` 1 To S.E.C 1/2"lRF L4 R.O.W. (HATCHED AREA) EXHIBIT'A"~ VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 0.048 ACRES(2,100 S.F.) -q - - -TRAI pp (60'WIDE RIGHT-OF-WAY) (�©G��o �O �'"��Cr14G9 �" `� 9 s oSrR'4�'W. LINE TABLE NO, DIRECTION DIST, L1 N00°2425"E 20.00' � L2 N89°3841"E 60.00' L3 S00°2425"W 50.00' CALLED: 9.369 ACRES H FEDERICK& JANICE FLEURY [--� ( L4 S89°38'41"W 30.00' VOL. 93442, PG. 378, H L5 N00°2425"E 30.00' D.R.T.C.T. H L6 S89°3841"W 30.00' EXHIBIT"A" - VARIABLE WIDTH N't'15 TEMPORARY CONSTRUCTION EASEMENT �� SF rF THE BASIS OF BEARINGS FOR THIS SURVEY IS s re,p�o N THE TEXAS STATE PLANE NAD83 NORTH CENTRAL ZONE(4202). PARCEL 02-TCE o ERIC S.SPOONER PROPERTY: STEPHEN MERCER,VOL.8523,PG.1803,D.R.T.C.T. REGISTERED PROFESSIONAL LAND SURVEYORS :.A 5922 LOCATION:CITY OF FORT WORTH,TARRANT COUNTY,TEXAS 309 BYERS STREET,#100 ��.9oFEss OQ WHOLE PROPERTY ACREAGE:4.76 ACRES(DEED) EULESS,TX 16039 ,I. ' .... .. ACAD FILE:11-021 VERNA TRAIL ESMTS.dwg TBPLS NO. 10054900 18111 685-8448 Rv JOB NO.: 11-021 DRAWN BY: C.R.R. PAGE 3 TT] WWW.SPOONERSURVEYORS.COM DATE: 41212015 CHECKED BY: E.S.S. EXHIBIT "A" PARCEL 1 PERMANENT DRAINAGE FACILITY EASEMENT SOLID ROCK BAPTIST CHURCH OF FORT WORTH TARRANT COUNTY, TEXAS BEING a 0.055 acre tract of land situated in the J.M. Steiner Survey, Abstract No. 1471, City of Fort Worth, Tarrant County, Texas, said 0.055 acre tract of land also being a portion of a called 14.271 acre tract of land conveyed to SOLID ROCK BAPTIST CHURCH OF FORT WORTH, by deed as recorded in Volume 12712, Page 722, Deed Records, Tarrant County, Texas(D.R.D.C.T.), said 0.055 acre tract of land being a 25 feet wide Permanent Drainage Facility Easement and being more particularly described by metes and bounds as follows: BEGINNING on the east property line of the said 14.271 acre tract of land, same being on the west right-of- way line of Verna Trail (being a variable width right-of-way at this point), from which a I/2 inch iron rod found at the intersection of the east right-of-way line of said Verna Trail and the north right-of-way line of Pack Saddle Trail (being a 50 feet wide right-of-way at this point) bears North 68°35'56" East, a distance of 53.87 feet; THENCE over and across the said 14.271 acre tract of land the following courses and distances: North 49°54'33"West,a distance of 105.71 feet; North 40°05'27" East, a distance of 25.00 feet; South 49°54'33" East, a distance of 85.00 feet to the said east property line, same being the said west right-of-way line, from which a 5/8 inch iron rod found at the northeast property corner of the said 14.271 acre tract, same being at the intersection of the said west right-of-way line and the south right- of-way line of North Zuni Trail (being a 50 feet wide right-of-way at this point) bears North 00'27'11"East,a distance of 543.69 feet; THENCE South 00'27'11" West, along the said east property line and along the said west right-of-way line, a distance of 32.46 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains 0.055 acres(2,384 square feet) of land, more or less. NOTE: The basis of bearings for this survey is the Texas State Plane NAD83 North Central Zone (4202). 1 do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that the same is true and correct. Spooner and Associates, Inc. F�•-�, Eric S. Spooner, RPLS P� �'s T ;c of Registered Professional Land Surveyor Texas Registration Number 5922 ERIC S. SPOONER TBPLS Firm No. 10054900 2...•.... Dated: Page 1 of 2 PLA T OF EXHIBIT ry c ar�c�o SEE ATTACHED LEGAL DESCRIPTION ON JAG)pt W SUR"G�Q � ® sort, PAGE 1 OF EXHIBIT"A"HEREIN I 5✓8'IRF 0 15' �30' s'l f RIGolf®Rod, I GRAPHIC SCALE IN FEET 1"=30' O I� � oyQ Q n 4� CALLED: 94.279 ACRES ( m o SOLID ROCK BA P TIST I W CHURCH OF FORT WORTH zi O Q Z VOL. 92712, PG. 722, 1.4 D.R.T.C.T. N40 005'27"E 25.00' I �` Z � OaU � r 41zt9ofi� - ~r � �112"IRF S 19 ��. S00°27'11"W i (SHADED AREA) 32.46' EXHIBIT'A 25'WIDE "E PAC PERMANENT DRAINAGE N6g5s 8-r w FACILITYEASEMENT L o SADDLE 0.055 ACRES(2,384 S.F.) o , P.O.B. � TRAIL EXHIBIT 'A•, THE BASIS OF BEARINGS FOR THIS SURVEY IS THE TEXAS STATE PLANE NAD83 NORTH CENTRAL ZONE(4202). of 25'WIDE Q'�'GIST&R•o+N WIDE PERMANENT DRAINAGE FACILITY EASEMENT y PROPERTY: SOLID ROCK BAPTIST CHURCH OF FORT WORTH PAGE 2 OF 2 ERIC S.SPOON.. LOCATION:CITY OF FORT WORTH,TARRANT COUNTY,TEXAS •E.• .• WHOLE PROPERTY ACREAGE:14.271 ACRES(DEED) ACAD FILE.13-037EASEMENTS.d" EXHIBIT"A" 5922 P i S&A JOB NO.: 11-021 C.R. S CIATS O� DATE: 01/31/2014 CHECKEDBY: E.S.S. �«aseuotssuw+uua�:vrrron �� vE� SPOONER$ASSOC.,INC. 309 BYERS STREET,SUITE 100,EULESS,TX 78039, PH 817-281-2355 FAX 817-885-8508 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 GEOTECHNICAL STUDY VERNA TRAIL/PAINT PONY TRAIL DRAINAGE IMPROVEMENTS FORT WORTH,TEXAS SUBMITTED TO STREAM WATER GROUP INC. 6737 BRENTWOOD STAIR ROAD, STE 230 FORT WORTH,TEXAS 76112 BY HVJ ASSOCIATES, INC. DALLAS,TEXAS AUGUST 1, 2014 REPORT NO. DG-12-11980 Houston 8701 John Carpenter Freeway,Suite 250 Austin Dallas,Texas 75247-4640 Dallas 214.678.0227 Ph San Antonio 214.678.0228 Fax BAS S O C I BAT E S www.hvi.com August 1,2014 Mr.Arefin Shamsul Stream Water Group Inc. 6737 Brentwood Stair Rd, Suite 230 Fort Worth,Texas 76112 Re: Geotechnical Study Verna Trail / Paint Pony Trail Drainage Improvements Owner: City of Fort Worth HVJ Project No. DG1211980 Dear Mr. Shamsul: Submitted herein is the report of our geotechnical study for the above referenced project. The study was conducted in general accordance with our proposal number DG-12-11980 dated March 8, 2012 and is subject to the limitations presented in this report. We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASSOCIATES, INC. r PqE OF .q%J,, Texas Firm Re istration No. F-000646 g'�.•''• •:9S�� ®* ; t 7 K N. FARM ` ..............• 6707..... ., '`� Fadi N. Faraj,PE 'ti �F'• /CENS�•��`"•�00 Ravi Teja. Elepe,EIT Dallas Professional Services Manager `l` /ANAL Staff Engineer FF/RE/JP 8/1/2014 The seal appearing on this document was authorized by Fadi N.Faraj,P.E.96707 on July 14,2011. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. • Main Text— 16 pages • Plates— 18 pages • Appendix A—3 pages CONTENTS page 1 EXECUTIVE SUMMARY................................................................................................I 2 INTRODUCTION............................................................................................................1 2.1 Project Description.............................................................................................................1 2.2 Geotechnical Investigation Program................................................................................... 3 FIELD INVESTIGATION...............................................................................................1 3.1 Geotechnical Borings..........................................................................................................1 3.2 Sampling Methods..............................................................................................................1 4 LABORATORY TESTING...............................................................................................2 5 SITE CHARACTERIZATION .........................................................................................2 5.1 General Geology.................................................................................................................2 5.2 Soil Stratigraphy..................................................................................................................3 5.3 Groundwater Conditions....................................................................................................3 6 UTILITY DESIGN CRITERIA AND RECOMMENDATIONS ....................................3 6.1 General...............................................................................................................................3 6.2 Geotechnical Parameters ....................................................................................................3 7 UTILITY CONSTRUCTION CONSIDERATIONS........................................................7 7.1 General...............................................................................................................................7 7.2 Boring,Jacking, or Tunneling Construction Considerations................................................7 7.3 Open-Cut Excavation Considerations.................................................................................9 7.4 Select Fill and General Earthwork Recommendations ......................................................10 7.5 Groundwater Control.......................................................................................................10 8 MONITORING ..............................................................................................................10 8.1 Excavation Safety.............................................................................................................10 8.2 Construction Materials Testing.........................................................................................11 9 DESIGN REVIEW..........................................................................................................11 10 LIMITATIONS ...............................................................................................................11 ILLUSTRATIONS Plate SITEVICINITY MAP.....................................................................................................................................1 GEOLOGYMAP.............................................................................................................................................2 PLANOF BORINGS......................................................................................................................................3 BORINGLOGS ........................................................................................................................................4-13 KEY TO TERMS USED ON BORING LOGS.......................................................................14A& 14B BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM .......................................15 RIGIDPIPE LOADS....................................................................................................................................16 APPENDIX Appendix SUMMARY OF LABORATORY TEST RESULTS.................................................................................A 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Stream Water Group, Inc. to provide geotechnical services for the proposed Verna Trail/Paint Pony Trail drainage improvements in Fort Worth, Texas. The project will consist of approximately 5000 linear feet of storm sewer installation, with a maximum invert depth of approximately 5 feet. The purpose of this study is to perform a geotechnical investigation and provide recommendations for the design and construction of the proposed pipeline. Subsurface conditions were evaluated by drilling and sampling a total of ten (10) borings (B-1 through B-10) to a depth of approximately 10 feet below the existing ground surface. A brief summary of the investigational findings are as follow: 1. The subsurface soils at the site consists of stiff to hard cohesive soils and dense to very dense clayey sands, followed by weathered limestone, followed by hard to very hard limestone to the maximum termination depth of approximately 10 feet. Limestone was encountered at depths of about 4 feet to 8 feet in the borings except for boring B-5. Limestone was not encountered at boring B-5 during drilling operations. This shows that the depth of limestone may vary through the alignment. Detailed descriptions of the soils and rocks encountered in the borings are given on the boring logs presented in Plates 4 through 13. 2. The pavement surface was cored prior to drilling at all locations. The core data reveals that the existing pavement is approximately 2 inches of asphalt, followed by approximately 4 to 6 inches of road base. 3. Groundwater was encountered at borings B-5 and B-10 during drilling operations at a depth of approximately 8.5 feet and 4 feet, respectively. Groundwater was not encountered at borings B-5 and B-10 after drilling operations. However, these readings will fluctuate seasonally and in response to rainfall. 4. A laboratory testing program, consisting of moisture contents, Atterberg limits, % passing #200 sieve, and unconfined compressive strength tests, were performed on select soil samples. The testing results are included in Appendix A. 5. Recommendations for installation of sewer lines using open cut and/or augering techniques are presented in this report. Please note that this executive summary does not fully relate our findings and opinions. Those findings and opinions are only presented through our full report. i 2 INTRODUCTION 2.1 Project Description xVJ Associates, Inc. was retained by Stream Water Group, Inc. to provide geotechnical services for the proposed Verna Trail/Paint Pony Trail drainage improvements in Fort Worth, Texas. The project will consist of approximately 5000 linear feet of storm sewer installation, with a maximum invert depth of approximately 5 feet. The purpose of this study is to perform a geotechnical investigation and provide recommendations for the design and construction of the proposed pipeline.A site vicinity map is included in Plate 1. 2.2 Geotechnical Investigation Program The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for pipelines. The objectives were accomplished by: 1. Drilling ten (10) soil borings to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical and engineering characteristics of the soils; and 3. Performing engineering analyses to develop design guidelines and recommendations. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program,general subsurface conditions, design recommendations,and construction considerations. 3 FIELD INVESTIGATION 3.1 Geotechnical Borings The field exploration program undertaken at the project site was performed on February 9, 2013. Subsurface conditions were investigated by drilling ten borings (B-1 through B-10) to a depth of approximately 10 feet below the existing ground surface. A site plan showing the approximate boring locations is presented on the Plan of Borings,Plate 3. 3.2 Sampling Methods The pavement surface was cored prior to drilling. Samples were obtained continuously to a depth of approximately 10 feet. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Granular cohesionless soils were sampled with the Standard Penetration Test (SPT) sampler in accordance with ASTM D1586 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Rock encountered was augured continuously to the maximum termination depth and evaluated with TxDOT cone penetrometer test. TxDOT cone penetrometer test was performed starting at 5 feet and at approximately 5-foot intervals thereafter to the termination depth of approximately 10 feet. The test consists of driving a 3-inch diameter cone with a 170-pound hammer,which is dropped for a distance of 2 feet. The cone is seated and driven to 12 blows or 12 inches whichever comes first. Then it is driven for two consecutive 6-inch increments, and the blow counts for each increment are 1 noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the 50 blows. The numbers of blows for each 6-inch increment and/or the amount of penetration for each 50 blows are presented on the boring logs. Detailed descriptions of the soils and rocks encountered in the borings are given on the boring logs presented in Plates 4 through 13. Keys to the terms and symbols used for soil and rock classification on the boring logs are presented on Plates 14A& 14B. 4 LABORATORY TESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the relevant ASTM Standards. These tests consisted of moisture content measurements, pocket penetrometer, Percent Passing No. 200 Sieve, Atterberg Limits,unconfined compression,and unit dry weight. The Atterberg limits and percent passing number 200 sieve tests were utilized to verify soil classification by the Unified Soils Classification System, and the unconfined compression tests were performed to obtain the undrained shear strength of the soil. The type and number of tests performed for this investigation are summarized below: Tvpe of Test Number of Tests Moisture Content(ASTM D2216) 26 Atterberg Limits (ASTM D4318) 13 Percent Passing No. 200 Sieve (ASTM D1140) 14 Pocket Penetrometer 16 Unconfined Compression Soil (UC) (ASTM D 2166) 5 Unit Dry Weight (ASTM D 2166/2850) 5 The laboratory test results are presented on the boring logs presented on Plates 4 through 13. A summary of the laboratory testing results is also included in Appendix A. 5 SITE CHARACTERIZATION 5.1 General Geology According to the 1988 University of Texas at Austin,Bureau of Economic Geology "Geologic Atlas Sheet of Texas Dallas Sheet," the project site area is described as being in the area of Paluxy Formation (map symbol Kpa), Walnut Clay (map symbol Kwa), Kiamichi Formation (map symbol Kki) and Goodland Limestone (map symbol Kgl) surrounded by Alluvium (map symbol Qal) and Fluviatile (map symbol Qt). Paluxy Formation consists of sandstone, mudstone and limestone. Walnut Clay consists of clay and limestone about equally abundant. Kiamichi Formation consists of clay and limestone in alternating units. Goodland Limestone consists of limestone and some clay. The Alluvium and Fluviatile deposits mainly consist of flood-plain deposits including gravel, sand, silt, silty clay, clay and organic matter. Geology map are presented on Plates 2. 2 5.2 Soil Stratigrp by Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our conclusions and recommendations. Significant variations at areas not explored by the project boring may require reevaluation of our findings and conclusions. The subsurface soils at the site consists of stiff to hard cohesive soils and dense to very dense clayey sands, followed by weathered limestone, followed by hard to very hard limestone to the maximum termination depth of approximately 10 feet. Limestone was encountered at depths of about 4 feet to 8 feet in the borings except for boring B-5. Limestone was not encountered at boring B-5 during drilling operations.This shows that the depth of limestone may vary through the alignment. Details of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 through 13. Key to the terms and symbols used on the boring logs is presented on Plates 14A& 1413. 5.3 Groundwater Conditions Groundwater was encountered at borings B-5 and B-10 during drilling operations at a depth of approximately 8.5 feet and 4 feet, respectively. Groundwater was not encountered at borings B-5 and B-10 after drilling operations. However, these readings will fluctuate seasonally and in response to rainfall. 6 UTILITY DESIGN CRITERIA AND RECOMMENDATIONS 6.1 General The project will involve construction of approximately 5000 linear feet of storm sewer installation, with a maximum invert depth of approximately 5 feet. All lines will be installed using open-cut and/or augering techniques. Our analyses and recommendations for open cut and/or augering techniques are presented below. 6.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. Design parameters given in the table are based on field and laboratory test data obtained at boring locations only and at the approximate invert depth. It must be noted that because of the nature of the soil stratigraphy at this site, parameters at locations away from the borings may vary substantially from values reported in the table. Boring Approximate Soil Total Unit Undrained Shear Allowable No. Invert Depth Description Weight Strength(psf)or Bearing (ft) g(pcf) Friction Angle Pressure (deg) (Psf) a6-10 Dense Clayey Sand 125 340 2000 B-1 Weathered Limestone 130 N/A 4500 Hard to very hard Limestone 140 N/A >10000 B-2 Very stiff Sandy Clay 125 3000 3000 Very dense Clayey Sand 125 36° 2500 3 Boring Approximate Soil Total Unit Undrained Shear Allowable Strength(pst)or Bearing No. Invert Depth Description Weight Friction Angle Pressure (ft) (Pcf) (deg) (Psf) 4-10 Very hard Limestone 140 N/A >10000 0-2 Clayey Sand 125 280 1800 B-3 2-7 Very stiff Lean Clay 125 2000 3000 7-10 Hard to very hard Limestone 140 N/A >10000 0-2.5 Dense Clayey Sand 125 34° 2000 B-4 2.5-4.5 Weathered Limestone 130 N/A 4500 4.5-10 Hard to very hard Limestone 140 N/A >10000 0-2 Clayey Sand 125 28° 1800 B-5 2-7 Very stiff Sandy Clay 125 2000 3000 7-10 Stiff Lean Clay with sand 125 1500 2500 0-2 Clayey Sand 125 280 1800 2-5 Stiff to very stiff Sandy Clay 125 2000 3000 B-6 5-7 Weathered Limestone 130 N/A 4500 7-10 Hard to very hard Limestone 140 N/A >10000 0-2 Clayey Sand 125 280 1800 2-4.5 Very stiff Sandy Clay 125 2000 3000 B-7 4.5-8 Weathered Limestone 130 N/A 4500 8-10 Hard to very hard Limestone 140 N/A >10000 0-2 Clayey Sand 125 28° 1800 2-5.5 Very stiff to hard Fat Clay 125 2000 3000 B-8 5.5-8 Weathered Limestone 130 N/A 4500 8-10 Hard to very hard Limestone 140 N/A >10000 0-2 Clayey Sand 125 28° 1800 B-9 2-7 Weathered Limestone 130 N/A 4500 7-10 Hard to very hard Limestone 140 N/A >10000 0-4 Very dense Clayey Sand 125 34° 2500 B-10 4-10 Hard to very hard Limestone 140 N/A >10000 The values shown in the above table represent our interpretation of the soil properties based on the available laboratory and field test data. Use of the soil properties shown above may or may not be appropriate for a particular analysis, since choice of design parameters often depends on whether total or effective stress analysis is used, rate of loading, duration of loading,geometry of loaded area, and other factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compression tests, hand penetrometer tests and TxDOT cone penetrometer test. The allowable bearing pressures include a factor of safety of 3. Pipe Des�. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, roadway traffic load, and loads due to existing surface structures. For design of rigid pipes installed using open-cut excavation methods, loads due to overburden and traffic can be determined from Plate 16. 4 The traffic load applied to the pipe can be calculated using 85% of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe or box culvert of about 1.28, 0.68 and 0.35 times the wheel load for 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil (En') in the trench wall as input. The En' values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. En' values for the native soils are presented in the following table. The En' values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. Boring Approximate Soil Total Unit No. Invert j Depth Description Weight On,(opn)Term (pc si 0-2.5 Dense Clayey Sand 125 2000 B-1 2.5-6 Weathered Limestone 130 2000 6-10 Hard to very hard Limestone 140 3000 0-2 Very stiff Sandy Clay 125 2000 B-2 2-4 Very dense Clayey Sand 125 2000 4-10 Very hard Limestone 140 3000 0-2 Clayey Sand 125 1800 B-3 2-7 Very stiff Lean Clay 125 1400 7-10 Hard to very hard Limestone 140 3000 0-2.5 Dense Clayey Sand 125 2000 B-4 2.5-4.5 Weathered Limestone 130 2000 4.5-10 Hard to very hard Limestone 140 3000 0-2 Clayey Sand 125 1800 B-5 2-7 Very stiff Sandy Clay 125 1400 7-10 Stiff Lean Clay with sand 125 1100 0-2 Clayey Sand 125 1800 B-6 2-5 Stiff to very stiff Sandy Clay 125 1400 5-7 Weathered Limestone 130 2000 7-10 Hard to very hard Limestone 140 3000 0-2 Clayey Sand 125 1800 B-7 2-4.5 Very stiff Sandy Clay 125 1400 4.5-8 Weathered Limestone 130 2000 8-10 Hard to very hard Limestone 140 3000 0-2 Clayey Sand 125 1800 B-8 2-5.5 Very stiff to hard Fat Clay 125 1400 5.5-8 Weathered Limestone 130 2000 8-10 Hard to very hard Limestone 140 3000 B-9 0-2 Clayey Sand 125 1400 5 Boring Approximate Soil Total Unit , g pp On,Long Term No. Invert Depth Description Weight (psi) (ft) (pcf) 2-7 Weathered Limestone 130 2000 7-10 Hard to very hard Limestone 140 3000 0-4 Very dense Clayey Sand 125 2000 B-10 4-10 Hard to very hard Limestone 140 3000 The pipes should be installed in a bedding envelope. For 15 inch diameter and larger sized pipe standard-bedding materials for wastewater pipe can be pea gravel, uncrushed gravel, crushed gravel, and crushed stone. For 15 inch diameter and smaller sized pipe, standard-bedding materials for wastewater pipe can be pea gravel, uncrushed gravel, crushed gravel, crushed stone, stone screenings,and natural or manufactured sand. The bedding material must be compatible with the materials in the trench bottom,walls, and backfill so that particle migration from, into, or through the bedding is minimized. Particle migration can occur when open-graded material is placed adjacent to a finer material like silt. Under the action of hydraulic gradient from groundwater flow, fines may migrate into the coarser material. The gradation and relative size of the embedment and adjacent materials must be compatible in order to minimize migration. Bedding materials selected for the project may include pea gravel, uncrushed gravel, crushed gravel, crushed stone, stone screenings, and natural/manufactured sand. Based on the expected bedding materials, it is our opinion that particle migration will not be an issue for these trenches where the pipe will be placed in cohesive soil or rock. However,we recommend flowable fill be used where the groundwater level is above the proposed invert depth. Trench Backfill. For pipes that will be located under streets or within one foot of streets and curbs,pipe embedment should extend to a minimum of 6 inches above the top of pipe. Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. Backfill material may consist of in-situ soils or imported flexible base materials. Fill material should be placed in loose lifts not exceeding eight inches,and should be compacted to 95% of the standard proctor maximum dry density as determined by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. It is common practice to use the material excavated from the trench as trench backfill regardless of the plasticity index of the soil excavated from the trench. We recommend that for trench backfill with a PI greater than 20, that the loose lift thickness of fill be limited to a maximum of 8 inches. This should provide for better compaction of higher plasticity backfill that will reduce problems for pavement constructed above this fill. 6 7 UTILITY CONSTRUCTION CONSIDERATIONS 7.1 General This section is intended to address issues that might arise during construction. Our recommendations are intended for use as guidelines in dealing with particular soil conditions. The topics addressed in this section include trench excavation stability, groundwater control, open-cut construction and trenchless technique construction considerations. The recommendations contained herein are not intended to dictate construction methods or sequences. Instead, they are provided solely to assist designers in identifying potential construction problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. Prospective contractors for the project must evaluate potential construction problems on the basis of their review of the contract documents, their own knowledge of and experience in the local area, and on the basis of similar projects in other localities, taking into account their own proposed methods and procedures. 7.2 Boring, Tacking or Tunneling Construction Considerations We understand that at some locations the pipeline will be installed using trenchless techniques. Three basic criteria exist for satisfactory construction. First, construction must be feasible which means that it is possible to advance the bore safely and to maintain the integrity of the bore opening at least temporarily. Second, the construction should not result in excessive damage to adjacent Cr overlying structures, streets, or utilities. Third, the long-term design objectives of the facility must be achieved. A summary of the construction conditions for the project is given below. Pipe Design. For pipes to be installed by trenchless techniques, whereby sections of pipe are jacked forward against the surrounding soil, pipes should be designed to resist significant bending moments, along with the jacking forces exerted on the pipe during installation. These loads generally exceed the overburden pressures that are typically determined based on the prism earth load to the ground surface, plus hydrostatic pressure and surcharge loads as shown on Plate 15. Therefore, pipes designed to resist construction loads during trenchless installation should have adequate strength for most long-term overburden and traffic loads. During design, allowance should be made for any external loads, other than soil and rock loads, which may be exerted on the pipe. These include loads from foundations for structures located near the water line and any possible future excavation to be performed near the water line. Much of the stability of the waterlines is due to the presence of relatively uniform stress conditions in the soil around the pipe. Relief of the earth loads on one side of the waterline due to subsequent adjacent excavation could cause an overstress of the pipe. Alignment. Cons tructability is determined to a large extent by the type of soil or rock. The best conditions are full-faced conditions. Situations that are more difficult are mixed face conditions where two different types of soil and rock, or two different types of rock are encountered in the excavation face simultaneously. These tunneling conditions should be avoided whenever possible. We do anticipate mixed face conditions at most of the bores at the proposed invert depths. Where mixed face conditions are encountered control of the grade of the face of excavation is more difficult to control, and local instability of the face of the excavation is more likely at and near locations where the boundary between two strata is exposed in the excavation. 7 Face of Excavation Stability. The stability of the face is a function of the shear strength and stress- strain characteristics of the soil or rock, the overburden pressure, the geometry of the cross section, the time-dependent loss of strength, the delayed deformation of some soils, and the construction procedures. When the face consists of more than one kind of soil or rock, the stability of such a face may be assessed by analyzing the different materials independently. For the cohesive soil materials that may be encountered the stability of a face is determined by its existing undrained shear strength. The stability of the unsupported face of the excavation may be evaluated by a ratio of the overburden pressure divided by the undrained shear strength of the soil assuming atmospheric air pressure in the tunnel. This ratio is referred to as the Overload Factor, OF. Based on the measured soil properties, OF values were 3.0 or less. Generally, a design value for the overload factor of 4 or less is desirable in cohesive soils. A value of 4 represents a practical limit below which trenchless construction may be carried out without difficulties. Higher OF values will frequently lead to large deformations of the soil around and ahead of the excavation, with the associated problem of increased subsidence and possible deformations. It should be noted; however, that exposure time of the face is the most important. At the moment of excavation, negative pore pressures are generated. If the soil is left under the same conditions, the pore pressures will dissipate resulting in a reduction of shear strength. Thus,if a slow rate of advance is expected, a higher value of the OF must be used (or a reduced corrected value for the undrained shear strength). Fill material from road grading or in old utility trenches may be encountered. A potential for face instability exists where weak fill soils are encountered. The contractor should be aware of these conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil movement and subsidence to a tolerable level. Nevertheless, some ground loss should be expected during trenchless operation. With good construction techniques, ground loss can be held to acceptable levels. Generally, pipes bored or jacked beneath pavement and buried utilities can be expected to create a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate and excavation rate should be compatible to avoid over excavation or loss of ground in order to minimize deformations. Groundwater may be encountered during tunneling operation. We recommend that equipment providing positive support to the face, such as earth pressure balance equipment, be used when constructing this segment of the project. Large ground loss can result from uncontrolled flowing ground. The potential for such ground loss exists wherever water-bearing sands or silts are encountered along the alignment. Careful dewatering of such layers will reduce the potential for development of flowing conditions. These soils were not encountered, however, if they are encountered during construction tunneling should be halted and measures need to be taken to dewater the area. Ground Surface Movements. The zone of influence of a trenchless crossing extends a distance equal to the invert depth on each side of the centerline of the alignment. No building structures are anticipated to be in the zone of influence. The utility lines located adjacent to or crossing the alignment may experience movement caused by trenchless excavation. Settlement of the utility lines should be within acceptable limits provided good construction practices are followed. Long-term vertical movements caused by consolidation of the ground above the tunnel will occur if leakage into the liner or the sewer pipes impacts groundwater levels in the project area 8 7.3 Open-Cut Excavation Considerations Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented on Plate 15. Assessment of the need for excavation sloping,use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas Fort Worth area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P, as amended,including rules published in the Federal Register,Vol. 54, No. 209, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations Shallower Than Five Feet. Trenches that are less than five feet deep should be appropriately protected when any indication of hazardous ground movement is anticipated. Based on the soil conditions revealed by the borings, all trenches shallower than five feet may be excavated with side slopes of one vertical to one and one-half horizontal. If there are any indications of sloughing during excavation, the side slopes should be flattened. Excavations Deeper Than Five Feet. Trenches that are deeper than five feet should be shored, laid back to a stable slope, or some other appropriate means of protection should be provided where workers might be exposed to moving ground or caving. The slopes may be constructed in accordance with Table B-1 and shoring may be constructed in accordance with Table C-1.1, Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1, Table C-1.2 and Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below: Boring OSHA Soil Type No. Depth of Trench(ft) 0-5 5-10 B-1 C B B-2 C B B-3 C B B-4 C B B-5 C B B-6 C C B-7 C B B-8 C B B-9 C B B-10 C B In general, it is our opinion that the pressure distribution (for braced walls) should be used for design of sheeting or trench boxes. To reduce the potential for ground movement adjacent to the 9 top of the excavation, the bracing should be preloaded in stages as the excavation is deepened. The detailed earth pressure diagrams are presented on Plate 15. The planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential excavation stability problems while working in the vicinity of old trenches and the excavation system should be designed to accommodate this weak material(trench backfill). The vertical walls of excavations should be located at a safe distance from existing utilities in order to prevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that the horizontal distance should be 4 feet for excavation depths of up to 10 feet. 7.4 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid Emit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 7.5 Groundwater Control Assessment of the need for groundwater control and installation of appropriate dewatering equipment is the contractor's responsibility. The following comments are intended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas Fort Worth area,and may not be construed as dewatering system design recommendations. A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are encountered during trench excavations. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level where water bearing cohesionless soils are encountered. Well points are generally not effective below about 15 feet beneath the top of the well point, and deeper dewatering requires deep wells with submersible pumps and eductors. Based on the subsurface soils encountered, we anticipate groundwater to be controlled using either pump and sump arrangement or well points. In any case,the groundwater control system used must provide a relatively dry, stable base for construction. However,it should be noted that groundwater conditions will change due to rainfall and seasonal changes. Control of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils;will not cause instability of the excavation; and will not result in damage to existing structures. Where necessary to this purpose, the water will be lowered in advance of excavation by pump and sump arrangement,wells,well points, or similar methods. Open pumping should not be permitted if it results in boils, loss of fines, softening of the subgrade, or excavation instability. Discharge should be arranged to facilitate sampling by the owner's representative or engineer. 8 MONITORING 8.1 Excavation Safety As required under OSHA regulations, the contractor should provide a "competent person" to inspect trench excavations daily before the start of work, as needed during the shift, and after every rainstorm or other hazard increasing occurrence. When the competent person finds evidence of a hazardous condition, exposed workers should be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. A competent person means one who is capable of identifying existing and predictable hazards in the surroundings or working conditions 10 which are unsanitary, hazardous or dangerous to workers, and who has authorization to take prompt corrective measures to eliminate them. 8.2 Construction Materials Testing We recommend that backfill be monitored by an accredited testing laboratory to verify that construction is performed in conformance with project specifications. HVJ Associates routinely provides these services and would be pleased to do so for this project. 9 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 10 LIMITATIONS This investigation was performed for the exclusive use of Stream Water Group, Inc. to provide geotechnical services for the proposed Verna Trail/Paint Pony Trail drainage improvements in Fort Worth,Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered,HVJ Associates,Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. 11 PLATES U 0 w Q L CL LL o — z � a G U � a n 5 H o nl O N 7 LO Q w .. M Z c ° W w E3 4as Vegas 3: t s T r A pv I € k 4e c. AI;, cv CIO � i U. 1 { W � w w O W r-i w � z U q Q a a x a H O z x G 0 Z r m Q�Q LLI z "w O Q a o a o 0000 ' ✓ -fin' cn N 3 a N O t M Z LU u. d CI) c� O 4� A 0 v o -d w a p W o o ) 6n � 0 P.� (5 Cd (Y C' cf) � z B-2 B-1 N. f IntR 7 Ti ° I�CVb61z i 4 B-3 \ i Z i i j 0 � I i CPO B6 I 1 B-4 I 0 1 �p I R CP#2WM, I q CM CP#400 I 0 I 1404 0 v-- _ — B-5 l CFO I I i 1 I 1 . 1 I B-7 I B-9 C_ F- / 1 CIFW Cp0mi 1 v B-8 /` I �' sa a I Pack addle 0a1J - � t i B-10 6701 fog cam F 250 swt z D.H.,TX 75247 214676-0227 Ph AS}C�c'tA1 is 21"7""8 Fa. N DATE:8/1/14 APPROVED BY: FF PREPARED BY: RE PLAN OF BORINGS Verna Trail/Paint Pony Trail Drainage Improvements e Approximate Boring locations PROJECT NO: DG-12-11980 DRAWING NO: PLATE 3 LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B- 1 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- 0W ELEV. SOIL SYMBOLS ?W in SHEAR STRENGTH,TSF U. DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION U)0 U W0 <0 W CL 04 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA OZ D MOISTURE O CONTENT,% PLASTIC LIMIT r-i LIQUID LIMIT 10 20 30 40 50 60 70 80 90 0 . 2 inches of ASPHALT and 5 inches of ROAD BASE CLAYEI'$AND(SC),dense,dark brown,wifh........ 23/6"-11/6"-2613"limestone seams(possble fill) 49 ............................................ LIMESTONE,tan,weathered LIMESTONE,hard'6 very bard,gray,shale y............... 5 (60/1")-(50/0.21") ———————————— 10 (60/1.76")-(50/(—.5")——————————— m 0 c� x a c? J_ I� F Z 1 m W N C9 W Shear Types: = Hand Penet. =Torvane ®= Unconf. Comp. CIE= UU Triaxial J o See Plate 3 for boring location. PLATE 4 0 c� 0 J ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-2 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS U Z— SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION W o WC) -® —* W a N ° 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA Z MOISTURE O CONTENT,% PLASTIC LIMIT LIQUID LIMIT 0 ................................................................... 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT and 4 inches of ROAD BASE SANDY CLAY(CLS),very stiff,dark brown( .oss6le..... fill) 57 34/6"4316"-50/''CLAYEY SAND(SC),very iiense,brown................... 21 LIMESTONE,hard fo-very•hard,gray,•shaiey.............. 5 (50/0.5")-(50/0. ") 10 ——————————————————————— (50/0.5")-(50/0. 5") ro M (7 1 'a -J z af om rn N (7 Z 115 Shear Types: 0= Hand Penet. 0=Torvane ♦= Unconf. Comp. CIE= UU Triaxial J 0 o See Plate 3 for boring location. PLATE 5 0 J ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-3 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- W ELEV. SOIL SYMBOLS ?w in SHEAR STRENGTH,TSF (4 Z u- DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION a g o a a N } 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA O MOISTURE O CONTENT,% PLASTIC LIMIT I--I LIQUID LIMIT 0 ....................... 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT avid 4 inches of ROAD BASE . ............................................................... CLAYEY SAND(SC),brown(possble fill) 34 LEAN CLAY(CL),very stiff,brown 118 ®/ / / 5 118 ........................................................................ (50/1")-(5010.5' LIMESTONE,hard to very hard,gray,shaley 10 (50/0.25")-(50 — / .25")—————————————————————-- co m M 0 c� x a _I N Z m m N o Shear Types: = Hand Penet. =Torvane ®= Unconf. Comp. CIE= UU Triaxial J 0 en See Plate 3 for boring location. PLATE 6 c� 0 J ASS.C[ATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-4 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS C9> z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION n o W v a N a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o Ci Z MOISTURE O CONTENT,% PLASTIC LIMIT t I LIQUID LIMIT 0 :................................................................... 10 20 30 40 50 60 70 80 90 2 Inches of ASPHALT and 4 inches of ROAD BASE . ........ ...................................................... CLAYEY SAND(SC),dense,brown,with limestone 38 seams(possble fill) 35/6"-15/6"-24/ " O t fie...ed..................................... LIMESTONE,tan,wea LIINIEST6W,hard.t6 very bare,gray,shaiey.............. 5 (50/1.5"}(50/0. 5") 10 ——————————————————————-- (50/0.5--)-(50/0. ") m 0 O x a O _i E- Z 1 m N_ LI Z 15 Shear Types: 0= Hand Penet. 0=Torvane ♦= Unconf. Comp. CIE= UU Triaxial J 0 o See Plate 3 for boring location. PLATE 7 0 J ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-5 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: 8.5 feet Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS ?w . SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION F')U) ZLL ( - W U a N }° 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA O p MOISTURE O CONTENT,% PLASTIC LIMIT I--i LIQUID LIMIT 0 ................................ i ........................................ 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT and 6 nches of ROAD BASE e fill .................... 48 CLAYEY SAND(SC),brown(possbl fill) 0 SAtVDY CLAY(CLS), -v-ery stiff to hard,brown / / .73 120 / / / 5 60 LEAN CLAY WITH SAND(CL),stiff,light brown, 124 shale seams • 83 _T 10 ----------------------- M a c� a J_ Z 1 m N o Shear Types: = Hand Penet. =Torvane ®= Unconf. Comp. CIE= UU Triaxial J o See Plate 3 for boring location. PLATE 8 0 0 0 J .ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-6 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS c9> z LL SHEAR STRENGTH,TSF Wo DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION (0 o W 0 * rC a N on- FEET 0.5 1.0 1.5 2.0 AND FIELD TEST DATA o Ci Z o MOISTURE O CONTENT,% PLASTIC LIMIT I--I LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 2 Inches of ASPHALT and 4 inches of ROAD BASE . ........................................... ................... CLAYEY SAND(SC),brown(possble fill) 34 . ....................... SANDY CLAY(CLS),stiff to very stiff,brown 5 (46/6")-(50/1") LIMESTONE,soft,tan,weaftiered ..'""' LIMESTONE,hard fo'very hard,gray,-stiaiey.............. 10 ——————————————————————— m c7 0 c� x a r7 _I F Z W W N z Z 15 Shear Types: 0= Hand Penet. E=Torvane ® = Unconf. Comp. CIE= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 9 0 J ASSOCIATES LOG OF BIN Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-7 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- w > FDEPTH, SOIL SYMBOLS z w U) SHEAR STRENGTH,TSF U) w U ---r—�—�If- SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Qo oa a N r 0.5 1.0 1.5 2.0 AND FIELD TEST DATA p MOISTURE O CONTENT, PLASTIC LIMIT r--i LIQUID LIMIT 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT and 6 inches of ROAD BASE :. CI�4YEl'SAND(SC),'aark brown(posslile-fil)...... 45 LEAN CLAY(CL),very stiff,brown I I i 1 I ........................................................................ LIMESTONE,soft,tan,weathered 5 (50/2.25")-(50/ ") ........................................................................ LIMESTONE,hard to very hard,gray,shaley 10 (50/1")-(50/0.2 ——————————————————————— ") M m M J a O J F Q 1 W m N Shear Types: = Hand Penet. =Torvane ♦= Unconf. Comp. CIE= UU Triaxial J 0 See Plate 3 for boring location. PLATE 10 0 0 mxv36m J ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-8 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS c7 W U)LL SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Wo W a N o n 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA >- o O � Z MOISTURE O CONTENT,% PLASTIC LIMIT i i LIQUID LIMIT 0 .... ................................................................... 10 20 30 40 50 60 70 80 90 2 Inches of ASPHALT and 4 inches of ROAD BASE oss b . ............................. .......le.fi..ll)..................... CLAYEY SAND(SC),brown(p 38 O FAi CLAY(CH),very stiff to hard,g ray and brown....... 1 1 1 1 1 1 .47 114 —A———--A�--——— 5 34/6"-31/6"-301`'LIIVIESIONE,soft,tan,weathered ...... ....""""' LIMESTONE,hard to very Hard,gray,'siialey......... 10 ——————————————————————— (50/1")-(5010.2 ") co 0 c� IL c0 _I N Z W OI N C7 O C7 Z 15 of in Shear Types: 40= Hand Penet. M= Torvane ®= Unconf. Comp. CIE= UU Triaxial _J o 0 See Plate 3 for boring location. PLATE 11 0 J ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B- 9 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: --- Easting: -- Offset: -- W ELEV. SOIL SYMBOLS ?W in SHEAR STRENGTH,TSF [DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION <o wU a N }° 0.5 1.0 1.5 i 2.0 FEET AND FIELD TEST DATA z MOISTURE O CONTENT,% PLASTIC LIMIT r—i LIQUID LIMIT 0 ........................................... 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT and 4 inches of ROAD BASE . ............................................................... CLAYEY SAND(SC),brown,with limestone seams (possble fill) 41 .................................................. (50/2")-(50/0.2,'-;j LIMESTONE,soft to hard,tan,weathered 5 (50/2.25")-(50/(.5'-) ........................................................................ LIMESTONE,hard to very hard,gray,shaIey 10 (50/1.5")-(50/0.Z-6;)——————————————————————— " M M a O x a O J_ h Z W m rn N (7 O C7 Shear Types: = Hand Penet. =Torvane ®= Unconf. Comp. CIE= UU Triaxial J 0 See Plate 3 for boring location. PLATE 12 0 0 J in ASSOCIATES LOG OF BORING Project: Verna Trail/Paint Pony Trail Drainage Improvements Project No.: DG-12-11980 Boring No.: B-10 Drill Date: 2/9/2013 Elevation: Groundwater during drilling: 4 feet Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION 0 W 0 FEET AND FIELD TEST DATA a w a 0.5 1.0 1.5 2.0 Z MOISTURE O CONTENT,% PLASTIC LIMIT -i LIQUID LIMIT 0 ............................. 10 20 30 40 50 60 70 80 90 2 inches of ASPHALT and 4 inches of ROAD BA SE..... . .......................................... . .................. CLAI'EY SAND(SC),very dense,brown,with limestone seams(possble fill till 2 feet) 34 42 50/5" LIINIESTONE,hard f6 very Hard,gray,slialey... ....... 5 (50/0.25')-(60A.25") 10 ----------------------- (50/2")-(50/1") m 0 a C7 .J Z N Z 115 Shear Types: 0= Hand Penet. M=Torvane ®= Unconf. Comp. X= UU Triaxial _J o See Plate 3 for boring location. PLATE 13 0 J H**"", SOIL SYMBOLS SAMPLER TYPES Sol]Types Thin Walled Z No Recovery un 'M Shelby Tube Auger Clay Silt Sand Gravel Split Barrel Modifiers Eln U Liner Tube Jar Sample Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS Groundwater level determined during drilling operations Asphaltic Stabilized Fill or Portland _,r Groundwater level after drilling in Concrete Base Debris Cement - open borehole or piezometer Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No.(U.S.Standard) Clay <0.002 mm <0.002 mm Silt 0.002-0.075 mm 0.002 mm-#200 sieve Sand 0.075-4.75 mm #200 sieve-#4 sieve Gravel 4.75-75 mm #4 sieve-3 in. Cobble 75-200 mm 3 in.-8 in. Boulder > 200 mm >8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Consisten Undrained Shear Penetration Descriptive Resistance"N" Strength(tsf) Re istance"N" Term Blows/Foot (Blows/ft) Very Soft 0-0.125 <2 Soft 0.125-0.25 2-4 Very Loose 0-4 Finn 0.25-0.5 4-8 Loose 4-10 stiff 0.5-1.0 8-15 Medium Dense 10-30 Very Stiff 1.0-2.0 15-30 Dense 30-50 Hard >2.0 >30 Very Dense > 50 PENETRATION RESISTANCE ### Blows required penetrating each of three consecutive 6-inches per ASTM D-1 586* 50/4" If more than 50 blows are required,driving is discontinued and penetration at 50 blows is noted (4/6") Texas Cone Penetration blows required penetrating each of two consecutive 6-inches per TEX-132-E The N value is taken as the blows required to penetrate the final 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickensided Fracture planes appear polished or intermixed Soil sample composed of pockets of glossy,sometimes striated different soil type and laminated or stratified structure is not evident Fissured Breaks along definite planes of fracture with little resistance to fracturing Calcareous Having appreciable quantities of calcium inclusion Small pockets of different soils,such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Nodule A small mass of irregular shape Parting Inclusion less than 1/4 inch thick extending through the sample 8701 J,h,C.��-F�-y SWt�250 Seam Inclusion 1/4 inch to 3 inches thick DAW,TX 11117 extending through the sample 211"7"2r Ph 2"78 0228 r. Layer Inclusion greater than 3 inches thick extending through the sample KEY TO TERMS AND SYMBOLS Laminated Sol[sample composed of alternating F7 partings of different soil type USED ON BORING LOGS Stratified Soil sample composed of alternating seams or layers of different soil type ROCK TYPES SAMPLER TYPES Limestone Shale Sandstone Thin-Walled Rock Core Tube Weathered = Weathered Weathered ® Standard I Auger Sample Limestone ®®® Shale Sandstone Penetration Test Highly ®® Dolomite Granite THD Cone Bag Sample Weathered Penetration Limestone ®=_ Test HARDNESS SOLUTION AND VOID CONDITIONS Very Soft Can be carved with a knife,broken with finger pressure, or UCS less than 30 tsf Void Interstice; a general term for pore space Soft Can be gouged or grooved readily with a knife, or UCS between 30 and loo tsf or other openings in rock. Moderately Hard Can be scratched easily with a knife,or UCS between 100 and 250 tsf Hard Can be scratched rarely with a knife,or UCS greater than 250 tsf Cavities Small solutional concavities. Very Hard Cannot be scratched with a knife Vuggy Containing small cavities, usually lined with a mineral of different composition WEATHERING GRADES OF ROCKMASS(1) from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small, unlined and discontinuity surfaces. cavities, formed by expansion of gas bubbles or steam during solidification of Moderately Less than half of the rock material is decomposed the rock. or disintegrated to a soil. Porous Containing pores, interstices, or other Highly More than half of the rock material is decomposed openings which may or may not or disintegrated to a soil. interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or caverns, sometimes disintegrated into soil. The original mass structure quite large. Most frequent in limestones is still largely intact. and dolomites. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished, grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: BEDDING THICKNESS(2) (1) British Standard (1981) Code of Practice for Site Investigation, Very Thick >4' BS 5930. Thick 2'-4' Thin 2"-2' (2)The Bridge Div.,Tx. Highway Dept. Foundation Exploration& Very Thin 1/2"-2" Design Manual, 2nd Division, revised June, 1974. Laminated 0.08"-1/2" Thinly Laminated <0.08" Information on each boring log is a compilation of subsurface 87mJoh.Cvpcm F<yS i; 250 conditions and soil and rock classifications obtained from the 21"7-0227p7 21Jb78-0227 Ph field as well as from laboratory testing of samples. Strata have " r s 21^678-02z8F.= been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in KEY TO TERMS AND SYMBOLS nature. Water level measurements refer only to those observed USED ON BORING LOGS at the times and places indicated, and may vary with time, geologic condition or construction activity. PROJECT NO.:DG-12-11980 DRAWING NO.:Plate 14B o EW a a U-1 ,-. w x x n z q O Q t7 ca � � � U m:C U co °oo mANA Q V IF x�0� d CA r O �O co w M O U p Q 0 F LL < N O U U r a ° LO O ° 4 cp n Z pU II H U LU 1 O m o m U N p a u) ao O LO o max 41 : `O u) +� o o 0 �, o � mx s4 O Il II I Z IF awa b n a m II �� x x x >o o G b U . , 0w W c7 U) m U b q c) cd ro tw Q , Q) co bx b O O U c N U) a q w M o m co 0 U O O 'd CP' W o �I � W W �a0 oo)i Ll q ao N N co 0 cd X y 0 ° cn o m a o a ° o m ° cQ � I I a � w v; romo x to � x ab U Q ° w •n.�i 0 z P 1 P2 P z �v P3 P3 For P 4 Dw < H P1 = 7Dw+(H—Dw)(7-7w)+Ps +(H—Dw)7w P2 = [7 Div+(H—Djv)(7—7jv)+P]Ko+(H—Dw)7 w P3 = [7Dw+(H+}V—D`v)(7-7jv)+PJKo+(H+1V—Dw)7w P4 = 7 Dw+(H+IV—Djv)(7—7jv)+Ps+(H+"—Dw)7w For Where H < Dw < H+1V P , P2 , P3 = Pressure imposed on pipe, psf P1 = H7+Ps Dw = Depth of groundwater, feet H = Depth of top of pipe P2 = (7H+Ps )Ko from ground surface, feet P3 = [7Dw+(H+1V—Dw)(7-7jv)+PJK0+(H+IV—Djv)7w 1V = Diameter of pipe, feet Y = Total Unit weight of soil, pcf P4 = 7Djv+(H+1V—Djv)(7-7jv)+Ps+(H+1V—D )7jv 7, = Unit weight of water, pcf For Ps = Surcharge load, psf Ko = Coefficient of Djv > (H+1V) earth pressure, (1.0 for clays P1 = H7+Ps and 0.5 for sands) P2 = (7 H+Ps )Ko P3 = [(H+IV)7+Ps]Ko P4 = (H+FV)7+Ps 8701 John CaT--r.7 Saba 250 Dilly,TX 75247 214-67&0227 Ph 214678-0228 F. A<t D(:i AT[S DATE:3/15/2013 APPROVED BY: PREPARED BY: FF RE RIGID PIPE LOADS PROJECT NO.: DRAWING NO.: DG-12-11980 PLATE 16 APPENDIX A SUMMARY OF LABORATORY TESTING RESULTS Percent Soil Liquid Plastic Finer Moisture Dry Shear Shear Borehole Depth q PI Than Content Unit Strength Str. ( Limit Limit #200 (0/u) Weight UC Pen) Sieve (pcf) is (tsi) B- 1 1 22 14 8 49 11.4 B-2 0.5 1.5 B-2 1 30 14 16 57 14.2 B-2 2.8 21 8.2 B-3 1 34 7.7 B-3 2 1.5 B-3 3 31 15 16 13.3 117.9 1.09 B-3 4 1 B-3 5 48 16 32 15.4 118.1 1.83 B-3 6 1.5 B-3 6.5 12.2 B-4 0.5 38 B-4 1 5.5 B- 5 1 48 12.9 B- 5 2 1.5 B- 5 3 14.2 120.2 3.73 B- 5 4 1 B- 5 5 30 14 16 60 13.5 B- 5 6 1 B- 5 7 14.1 123.8 0.82 B- 5 8 0.67 B- 5 9 49 14 35 83 18.4 B- -6 -1 34 9.4 B-6 2 1.17 B-6 2.5 30 16 14 16.3 B- 6 3 1 B-6 4 1 B-6 4.5 32 17 15 11.4 B-7 1 45 9.3 B- 7 2 1.25 B-7 3 39 16 23 18.8 B-7 4 1.33 s7o17oh�c.,a.,m,r ysi«zso D.H-,TX 75247 21"78-0227 Ph ......Ai15 214578-0218 Fu DATE:3/15/2013 APPROVED BY: PREPARED BY: RE Ci L UMMARY OF LAB TEST RESULTS(coot...) VERNA TRAIL/PAINT PONY TRAIL O.: DG-12-11980 DRAWING NO.: Plate A-I Percent Soil Finer Moisture Un t Shear Strh(Pkt Liquid Plastic PI Than Content Strength Borehole Depth Limit Limit o Weight Pen) #200 (/o) (pct UC, Su (tsf) Sieve is B-7 4.5 15.8 B- 8 1 38 6.9 B-8 2 1.25 B- 8 3 53 18 35 22.8 B- 8 4 1.5 B-8 4.5 18.1 113.8 3.47 B- 8 5 1.5 B- 8 5.3 8.3 B-9 1 29 16 13 41 10.4 B-10 1 35 16 19 34 11.9 B-10 2.5 28 15 13 42 10.1 Total number of 13 13 13 14 26 5 5 16 tests: 8701 John Cagl—Fay Suite 250 D.11 ,TX 75247 214578-0227 Ph ASSOCIAT[5 214578-0228 F.. APPROVED BY PREPARED BY: DATE:3/15/2013 RE Ci SUMMARY OF LAB TEST RESULTS VERNA TRAIL/PAINT PONY TRAIL L OJECT NO.: DG-12-11980 DRAWING NO.: Plate A-II GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Point Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 N e : 3 NORD �R � R O J V1 I v l l V, V11 vi m I 'a w = 181 a F o.!a.! o. o�• a' °� ° J w� � �oOx m� x �3p Rio 3 3 Ci z �'9 W• . 7 W R 3y ox��W o 23 °a3as° �� <. a � W O a e Y 0 O 3 UNRO! � rc� <rcrc i�� �o�z° x 0 o Q o0 o zzizz° a�a35a a E k� °zW a@ yy $ I 4� m s ;g C €000000 »s 33am i ° 6'0 a0agi Y� $II �r u J W z s xxx xx rcarc� > Wr5dsa' �a FxGGG°GG ' 1 ag t'J c�µ z}S C ug `rc (a� kk�k qq yy oo �Z� u�u� µy S p a 3 W E ff foa LL e ° 03 OFD 3333 �<3c3 "d�E� c`4Ct� �u'tu'iwu-lu'imro'n a R v.6 Jsbb b 0300 i��ilaW ¢¢ pp pp y 1/ W as diu �ici c�Wo 0J ulRC 8 8�S@ o N Z. 0 r tD�Z C Z'ON 13314S 3N17 H W 01VPV s � W o u i I° e {A� w sig`g Ss I 0.12z N I�gs A tll °jim C �=gm ° »c! Z gm v°i N efs � I I �o II �I �I a II r � I• q .vm.a yp 6i LNION VW VNAI:0, im• k / g z Fl F� A I w Icy+ 1 M �llpllo 0 0 0 7 0 o a 1 a,• a 1 o o J L w Rhin O O r n z ufo° 3 z 3=u3o�x� co » o Y. F- 3b 0-11 _, k9l e W O =3a11gso s��x s _�� � ao o j ! W §l o as g` o €��w�:� <� a « !JI 11ZO yy . Z 8 000000 » g:N. 33zG 000�oo w S $ g F • J£W °� xxx rcrcxrc � i all S o o �o w >z aaZaaa aasa m W — a LL LL • W kkkk g y GGG 6WG g6$$ p ..1E rF ��$o od-Z z a W H�� IN 3333 �c� �S �111h agw S« o` o =J n h d E'ON 133HS 3N/7 HOlVPV W G aw jL —wt � €� ,�/ m y o • o IM ��1 * m pP• 9 � m J z to F gc 4 � , � I I x � � ~ m,�PACK SADDLE TR4/L W I I I I I I I I m ° p—H Flo 00� F g Of � F of!o o0p o w o ggg��qq `fft 3 O a a� , �►./{b 8 xx Omwo 4. a p zoi 3 o °iz i°xo 0 11 p° �° • o.. S}0 -q 3uJ`�� F `� 150 t k U 4 0 2mZ > > W CS3aui ��xO a�� o� 0 ° } i � U30:3 3 _ €u u u u 2z0 a'� 3 i « zW y a-..oza Z �u s p zzzz 3 o nUOUouax g Sy m _ _ 000000 »� �n 33 m amw aaaE Y !oor u z g�W 2 ?:x xxx rckrck xk�n ��>qq� oo Z�Z �uG�uG�S u&�GN s E W E rr r a LL • p o U' t,°°� � W aaaa c3 33" lu�� l U R G' � J fr dd� o p W k'�� F ¢ 3333 u Eli a�6 ddd•� W J O 00 WW N Ole i 'ON 133HS 3N/7 HOl dW jo ,.�,•. �:, � � '111*•* °m PLO II 'I �w I� Em9 a SE� o8 fa o um a m II WRFC q g=�� a I® _W, i� i) a I( iI w, '' of lire ' Z'ON 133HS 3N/71401NW ON S R gg i �1 G ( � Lill( i I' ' iii g a � s m �i WI I S"i �) �) � 2. �w u°i � �� �� i t�� ¢ t Iii 5 � �� � � �� S b 8. ° °' °� J tfft a ! p< a 3Su3o m q u� QQb�qq i t j t i t Z 4 0 e ° 3 11H MUM �2 < t p i a a , i i�� Z88i �i i rcrc d z3o3i i e$ i � i< Z3 W4 ' Z u�° �J�3 pPp3a q3q3 _ O i...... s7 a U~ e m S 3 E a u 000000 »�3 g �33hH on° ooa S pp W °�� �� rcrcrcrc >Sk �a Awgs g m g W E�� •Z 3 W V' i<iia po Z�� II GG �� =x�W ON WON,- ����33�n�n ESS ;��� ��h° POP � �1 N o _h 44, $PRd c EH9 Y SNE§ e z°off _ Zm _ GP z h pail d CL f z a i i ® _w; E'ON 133HS 3N/7 HOl b'W J ml,�l' ml j^I I l"I m m) tff' I 8 ti 3 go 0a i J WF zO 0 z_c a�0� �0u°"'i Ir-•e !`3 O W t YO. - °o 3 0�0 of m zj Oa� F? fi w� Itg v JR2 9 a 5` o o�z =rc p xRO x i 8 s = € 000000 » W- 0 g Z 3$ x xax rcrcrcrc k'k'$a�n 3cga SGS�GG g '1� a W E a o 3 e FF �O � 3333T. 81 q ll fi u�WI. � �� c3c���3 33�n�n �c�� ����w�w �saa <101008 c�Woril-i 6 o 9'ON 1.93149 3N17 HOIVPV Ed ow 0 III �1� m ®I W, �I ° oz� a•wn°_F. E y w � �E a 0 '\ ate€ � 8 w�lua m 8 €g w� zm 2. °$ II z 92 a°i N �Pg I— O• ax II F= T I I Z �I 4°CPP =773.55 Q I WI 24°CPP °�I FL=764 93 110E£ 1UF °= U � ° � � So g d ®I ©g Q a -Elen-DM+@Lj e . U. 2 I t t t l o ° . ti z3°x 3 z 363? gqIO't, p 2 p Raw 1 w�G ��3�S8o -VA w �rcm = o o C oo wwwwwwo � s kk i z�oo333 ° y I g Mpgg1, v m W ggg � ;3p 0 33q3 s g g_ 33 303 t9 5 D� • W 43 xx z rcrcrcrc >�k ; $& •' m F W E""' .. W (9 a i<a<k ygg `Zopp Z�� �S�GyGG �GyS u; • 33)n(n ��b ON 3333 �aa <��rf�tici�c�ao= n L'ON133HS3Nl7HO1M €Oo l p , I I z i I zoos _ $ 8 Mep �I z � H 15 rr a`rr P ,T it � li q "r 7; fll� 3'ON 133HS 3N/7 HOl M IIA i m0 U, ©H @ n o o� L I of I Z; w �1 s J ml I�) F o !o,! a, o o' of vl J L 5 H h x w ~ f 1 g rc x o v OQ5 !I a-, u • r Y. < 30 00� 0 3 F 3 uj aw�`u3ji.3O O s = w�O 'c�da3z.-0 ���x <�u�u sG' Soo °-3 z 0 0 oo x D Wziizi° 'a� � s a< °3a �'uuo`�uu$i =3 3 G 33 d 000000 »� 33�nH ___� � sy�yu�>u�y�q�q ��z � ����� J E bb ;,g S�S d "s Z I S � 3333¢ c�c3 c3 3 RE ��� �w����wwN 0 .0 N O ell id 4 #ALL w Z �O away i i2 a '4o m I c @ N e �O§1 Z z W C E c C nN I'' M IL i I 3 M � I � I I i I� ! II • U wt® a 9'ON13314S 3N17140-LV N m o � g � p � �o— @r"j C"@ o # 000 �� ss� _ �� F' m w ww�,,� 5' xo 3 z �W+'9 O C�_ �m ,,xx y�x W °i h 03"20 Hill O (exw E k ° O i t)a8i °nSo F p qw� j �iyu�i3m3xz� iC W �g `y W D ziiizi° jfu ° l i fu log jOa°u�33�° 7 Pilo Mimi WE w !LL °rc W 38 000000 rcrc� loll 33 i�X° gpa�'oµa�oZao�pa�a°a 3 �_ ! >$ I f J ea F- o!g3=i\.,y�- xx x k'k'k'�" qqyygpp &CiGw GG ,€ m �"� d do� z 7 w 3333 c�c3t� 33�n�i 3RR °��ta v°-,� S o ¢t$ J N Qg 8 I�i@Ellis 0 n m I i c b w ENS 1 mil; 9 Mill � s mill $ su xm iag age jm°W 4pb cy I� rr Iy —w, -- 10,--wi —`---WQ STUBBS TRAIL poi i i I W I I I I I I I I o ® ° d 0 Q o o pR F ofI Imp I I m� Ol w % 4 o i a s U. Rio 3 3 xx,�jo3o�J z `-''yo °O 1 , s i t °2 c i O o •x Y. F�"�mx99 3u3z y �v3ao°x o t� 1kkk� `I t e� gi W� t HBO. rc� a rcm o z��z x d k c� �¢ i m o p o� Won.�` to wwwwo oiw �ppO- 0 Z o o z p wizzzz yURRI �_ I i �5 3 0 33 �+o. oo..o0 »f 33 m zmo z o W 6y � Z MINE qt W EF Fa 3 o o u tW9 aiaa� ggu>u�u�a�u�kE� k1oo ��� �GGG &uG{ Egg J� w ; o dq- z q W s3 aa ao�o��o�Es h a Eu Em� $N,8 ar �@ w 0.12K r�i1 g .8c snnE ,.tu E,ti Gam. RS zQ4 o - -z c IG=ECn iut s ei . @@ g Z [O wl Q r ( w Guns - --- —w1 — C -'�w1 —'----w'1 --10•—plYh-----w1 -- -----w1---- STUBB3 TRAIL Z — t 1 13 �' I W E Q .f7 � ] � h (: L I X0Q 0 00 p � aa.ss9( @ g OI)I I �) w I' II�m OI�$Y ffi �I� �It on ►h� m €� 0 e u • b. W °c iyufoi3 3 z z<u3o�3x� o '\�o� ,4 € 15•!r 5 p W b C 3 tINNE o F�zx <rc ��� uJuJiox o Eli � 01 C'o 2 'o 33° g a� G €wwwiwac S' �" n �n z 0033 0 }¢$qj � Ct ti W1, p;30 zzz zz3 3> s� o3 M iy>Sa—i3g3 � \� ' g t7�� • u Z 8 oii000 >rcrcrc � �33 3� os uu 3 1 jj eLL W 3 s aaa as y J E.~ea 4 LL •� c� a any>gsyk' p� Z�� uG��GG�� W zw � 3333¢ c�c3t�t�33�n�n t�gc� ���u7 u�u�.0 l U s< s `u tiff J o—�J �� '� h eq I ;�RRLL N 0 w o �r L 6 'ON133HS 3N/7 HO1 t/W �w E SyJ= w ow ul J 0 3Z> > Cl- i 0 h 0. el 36"C FL=733.B' I" 36"CPP 8'04, — FL=73 PP��� �..... Re� I j l l l I I I m w 1 o a m Oil ; oi!oi! o� oao x°m W 0 3 Wu� z p `�l o L C c o r 7 {L s g? ° 219'1 ° 3G og3oo o' a � t ° O °c7B i°ao rco F�rc ��z 8 R �� �`I� U i �� �u�i O W 0 x ��11uux a pby 00 Oz, D 2 z U Z �° 3D 33 �u 6 _-'D iii° 'a�ruzd n a< zw �y-,aSv��x o wig o; S Z 8°xxxxx3 rcrcrcw � �'33mH i �000�oo w��6 �!�!�o o°rc W�W €j rc kk�k� >sK kkoo 2�Z WNW W E oa"o: t,° m aaaaa� His I� c�WutW Eo �� ��a ooa<Z��p�W �w�������� 33336 ���3 33�n�i ��� �u�u�u��u� J�as aid U UU 17 U W O O J u1N NMI h o N 14R o .ALL N Z �O 37 "ON133HS 3N17 HJ1bW a w�� o v II ol Eil Wl lj ° a h E �? E W P 8$° m EM�s II zqt; � 12 Ny xJ srz� i Ij 2 92 [o--2zs J1 ttavvns � � a� a a 0— 3g �ir ol- j WI �nr l I OL 'ON133HS3N17HOlVPV 1 i 1 �0—HHIDFIOM+RR G HE0@000 r ' �u�oo 3 =o= z o � S igi I p= W b o' H aag g i I 9 ° °c°° £ wwo _ 3 °s ��� Z 3 0 g 6 7W� wwwwiix a� 3x w <« °iw uR5°a°uIMI F'Z xxxxoo »x3 �� 3300 o ouo�uug� ul c = W =3 J E bb 3 o m "�pp uWWW WW oo & G rr ���q dd— o p J 3333 33 F t1�tS fii4157u'lfilNM s ea IN ti r ?� o m c a 8 - 3 a 9 �P a 7 6.38 wt 'I 2 �I d e 7— cws�n I , .a S^ y 4J �I car<w,T� f t6 '0N133HS 3N17 H31VW :m 0-0 Honoo+(4,�' 6 6 o H 'oi a a a a J m u� �5� x w 1 ?SI E �rc e� 01 F r yay o 303 g O e o • 7 4. xiSox��J oQlao9 J. "J t 1 i 9 W41 OZ 0 W 3 °J ;30 33� s _ g 000000 »� � 33 3°3-0 6000uoa Y� g$ � m x xxx ttrcrc M 3� aaaussaa $ t7 a�Fa g r e o°z W W x°� 6 w kkk° y>%%sk oo �ZZ �iWGW5W5 SGi g'yy J LL,E i°-� ��a Q qq- i n f w 9 0 . 3333 3 W 566 ,��MEN. �� ��� w a< a°6 o 00 m o m°J Rg 21 c d o �t N acWWq�arIJ a I L u z al P /aw Ir IM __ — IM__ sao 17/VV13SNO1-1 3711/7 v iaqp ��LJJ NO. NqR1NF-I it $p��� h. ' a z . h Z i ---x s f r I! zz I Ii I � I a 3 w Y J Z_ W I I I I I I ( I m w 3 O$ B iol I OaR m i i I U ( I. 5 � O e 0 w o Y. F€ 33��� 3z xo a I I`I e W Q• �g` 5 0 O f833°aao h� a rcrc o ���JzOx x t I k V m W g3 Z g 00000o »� 33 w o00 00 �k'�� W E ai- • gggy`2�jop �ZZ SU NI fill? ¢3� Sz jb � 3333 t�c�c�c3 33�nFn c�c�cS ���� u��fnm 0�0 Z � Id o, g O @�O w m 4Zi m 0 s j ENS 4��E 0. w z g� �a o3ow m � 8 �i •`ec a • 0 HRH � �— Y — q° ° --- z Odd.B 71VYL ANOd1NIVd lip i 0. 2 ,1 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 FORTWORTH City of Foot Worth M~norit�» ����~N���� Enterprise ���eci �cati4�ns SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$60,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT ° ~ |tiethepolicy of the City of Fort Worth to ensure the full and equitable 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 applies hm this bid. IVIBE PROJECT GOALS The City's MBE goal on this project is 23 % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $5U.00Oor more where e MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet mr 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. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The |i b| d b received by within i �i allocated, i rd D for the entire bid to be considered responsive to the spe 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form,if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN. THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the K88mBE Office mt(Q17)2i2'2&74. Rev.2/10/15 ATTACHMENT 1A Page 1 of 4 R)RTWORTH "POW.— City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe S.J. Louis Construction of Texas,Ltd. Offeror PROJECT NAME: Verna Trail ® Paint Pony Trail Drainage Improvements BID DATE 05/21/2015 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 23 % 23.73% 01615 Identify 211 subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 Fur WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER 0 Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E J.E. Guzman Concrete Structures $443,813.00 2911 Peachtree Rd. Dallas,Texas 75180 214-309-3955 Rosalinda Guzman rosyg@jguzmancompany.com JLB Contracting Asphalt Paving $35,432.70 7151 Randol Mill Rd, Fort Worth,Texas 76120 817-261-2991 Ron Stinson El 1:1 X rstinson@jlbcontracting.com El 1:1 El 1:1 Rev.2110/15 R)1'1'W()R1"1-j ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER 0 Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax 0 B B M Work Purchased Email r E E B Contact Person E El 1:1 El 1:1 El 1:1 1:1 El El 1:1 El Rev.2/10/15 . . . ATTACHMENT 1A Page 4of4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 443,813.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 35,432.70 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 479,245.70 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval ot ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provdo, directly to the City upon requeot, complete and accurate information regarding actual work performed bv all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to o||oxv an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with ovvneng, pr|noipo|o, offioero, annp|oyeae and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this cVntract, by an authorized officer oremployee 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 |eoa than three /3\ years and for initiating action under Federal, State or Local |ovvo concerning false statements. Any failure to comply with this ordinance oraahoo m material breach of the contract and may naoV|t in a determination of an irresponsible (]ffanor and debarment from participating in City work for o period of time not less than one /1\ year. Adam Lunsford Authorized Sfgnature Printed Signature Lead Estimator Title Eon—tact Name/Title(if different) 5J. Louis Construction ofTexeoLhd 817-477-0320/817-477-0552 Company Name Telephone and/or Fax 520 S. 6th Avenue Address E-mail Address Mansfield,Texas 76063 05/21/2O15 City/State/Zip Date Rev.2/10/15 Subcontractor Letter of Intent To: J.E. Guzman 2911 Peachtree Rd. Dallas, TX 75180 Phone Number: (214) 309-3955 From: Adam Lunsford Estimator/Project Coordinator S.J. Louis Construction of Texas Ltd. Date: 5/22/15 Total Pages: I (Including Cover Sheet) Subject: Verna Trail—Paint Pony Trail Drainage Improvements City Project No. 01615 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 Concrete Structures on the above referenced project. The estimated cost of the services is $443,813.00 . If you are in agreement with our estimates and intend to enter into contract please sign this form and fax it back to our office at your earliest convenience. Agreement by: Ad unsfor Rosalinda Guzman Lead Estimator Corporate Secretary S.J. Louis Construction of Texas Ltd. J.E. Guzman S.J. Louis Construction of Texas Ltd.,LLP P.O. Box 834 Mansfield, Texas 76063 (817) 477-0320 Office (817) 477-0552 Fax F01IRT WORTH NOTICE TO APPARENT LOW BIDDER PROJECT NAME: Verna Trail—Paint Pony Trail Drainage Improvements CITY PROJECT NUMBER: 01615 DATE OF NOTICE: August 14,2015 BID DATE: May 21,2015 BIDDER: Les V. Whitman S.J.Louis Construction of Texas,Ltd. 520 S. 6ch Avenue Mansfield,TX 76063 NOTICE TO APPARENT LOW BIDDER: You are notified that your Bid for the above Project has been determined to be the apparent low bid. A Notice of Award will be issued once the City Council has awarded the contract. After recommendation of award has been approved by City Council,please make sure you have submitted Letters of Intent or executed agreements from your MBE subcontractors (executed by both the prime and subcontractors)with a copy provided directly to the MWBE Office,prior to the issuance of your Notice to Proceed, or you will be deemed out of compliance with the City's Business Diversity Ordinance No. 20020-12-2011. Four(4) copies of the Contract Documents (except Drawings) are available for you to pick up, or can be delivered to you at your expense and include the following forms which must be completed: • 00 45 26 Contractor's Compliance with Workers' Compensation Law ® 00 52 43 Agreement • 00 61 13 Performance Bond • 00 61 14 Payment Bond • 00 61 19 Maintenance Bond • 00 6125 Certificate of Insurance *To read: City qff'orl Worth th i.s,(in ad ilional and includes a waiver of SUbrogation,rights to PVor°lfer s C"orraj�ensalkm claims, DO NOT DATE THE AGREEMENT OR BONDS AT THIS TIME. A Power of Attorney must accompany the Bonds; also not to be dated at this time. When completed, deliver executed Contract Documents to: Tara Fishback City of Fort Worth Transportation and Public Works 1000 Throckmorton Street Fort Worth,TX 76102 (817)392-2021 Tara.Fishback @fortworthtexas.gov CC: Debbie J.Willhelm Project Manager END OF SECTION THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH,TEXAS 76102 817-392-7532 * EMAIL:KATHERINE.KIRKPATRICK @FORTWORTHTEXAS.GOV REVISED JUNE 3,2014 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01515 Revised July I,2011 M&C Review Page 1 of 1 official site of the City of Fort Worth,Texas CITY COUNCILAGENDA FORT WORTH Ir- COUNCIL ACTION: Approved on 10/2912013 REFERENCE ** 20PREVAILING WAGE DATE: 10/29/2013 NO.: C-26534 LOG NAME: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa(6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=19155&councildate=10/29/2013 11/7/2013 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Verna Trail-Paint Pony Trail Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01615 Revised July 1,2011 w 0 v w MR h U O L p O F. O tC W C O � U 'b U a 0 W fir° oq � .p a r G U G O O O ao m en w w w 0 0 0 o S o 0 O o 0 0 •;> " o 0 0 A w 0 N d AI C— h h Y u fa � �+ O w � U "d 41 U v� o q O o0 O 00 N by vv `� Av 3 � o Ul a U U U v v v W W W W W W N d N 0l U L x x x x x x 0 0 0 0 Q 0 !A [A W RI fA fA N M M M M M M ri M M M M M M O O O O O O A �\ 9 \ �. . � � +± �j �y � � �\ � 340 �} \ � e \ � �\ \§ O2 O �\ � wd � §> � x) ~ / : % � : ƒ �a =a 3 m: ` W C7 0 0 u u u u u L) w ° v �f 3 �w 1� H 3 a o � wb w a O ;a U U w' s 0 11 Hill " w E5 AN ."°„ v � '� � vai p � � pa°'° Cp7 ° La ^ a' ¢.,' 5 '� a; o .•p� '� q° app; ,� .�0550 £g' a°.��' a U N «N• � N C N (-0 N U N w �N» w v A nF a wad" � d" 3aw au on U U 0 0 ;: a .k.e.0 .e y ti a w °' a v v b v y " " c7 C7 C7 C7 o ° m d v.S 'C G y y to 0 5 0 a s ° ° > > a a a a a c a a a a a aj :..,.^ c o o 0 0 o,� x 0 0 0 0 0 0 0 0 v AR pa f-0 Ao v� v� �, y 'o •a rp 'a '� •n •p S. d S. O �e -o w p ebi �e �e y i2 H o 7 7 O 7 7 P 7 7 0 7 7 ? o p UU .G o .N�, o pAZZZZZZZAAA AAAA A A A A a°a aa833 �3w wiwi33 �' N N N N O O O O O O O •-� •� ' � � M M M M M M M M M M M M M M M M M .--i ~ M M M M M .--i ~ .--i ~ ~ M M M Ih M M M [1 ��.�+• M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M A w ° ° a � e y ►a y r V � O O O }. a F. W A O d U "d U v > as v V o o Q ¢ av � f°Aw° a x° a on a s n v v v v v v v v v v v U U c UQ U U n UQ c UQ� U u cUC C U❑ r ti ��I H � ti � ��1 r�l N N N y .9[•[ v •[ ti v •G •G v v .O C ai G ' .'g, v .t° a a s �+a � � ,9 9 5 � � ti ur °' � .5 � g `a A d C d v m.5 eMn.5 r'bM 5 lcv u A 0 0 A a o v b b 3 33333333333 x x ¢> Vw"° V.° V 33c uC—) wvwc 'w" av a.a. M C N N N M M V V' � h l� .--� •--� N N h h h � O N_ N_ N N_ N_ N_ N_ N_ N_ N_ N_ N N N_ N N_ _N N_ N_ N N_ N •--� •--� •--� � M M M M M M M M M M M •� M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M A w ° v a u x a U L O O L � L o ,o (s. C W � _ O n U U 'a 3 U _ a o a o w MR On a fA A y � t U o o U d v A ° o Or 4; v O w U A A Q m a ¢ ij U U U v v o v o 0 0 u °u o o m a s o o q M O ' Q\ D\ O• � °� Q\ O O O •= M M M M M M V V' V' � � b � b •� M M M M M M M M M M M M M M AM M M w 0 J a a N_ h V � b L O O L o � w 'fl w �0 U 'fl U q � p � � y •21 Q b.� q p J � V � b a > vAa db x � U 3 Q a ¢q 3 o 5 ar co .. J ? Q C O U a T1 J J N!n •W V O 4 •� d fAAa° CJx Q as :a vbi w iii Q z who� Q �viQ � a a ? a a p a i9J Y3. 9 6 Q Q d d d 9b 9b 9b go ft gh a 5 9b 9b 11 a 5 9 Q €b R '�N. V V' V' V V V t <t V eY V V V' <F V' V' V V V V �t �t V T V V •t V d' > M M M M M M M M M M M M M M M M M M M M M M M M M M M M M A �} / � �. � z9 m � « � \ \ � \ #{ u2 \ � \ t 2 u . y . § ) : [) . 49 / g)* e k 2 $ \ / / { ( � § } , CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST WASTEWATER Manhole Inserts EI-14 jMahlelw Knutson Enterprises Made to Order-Plastic ASTMD 1248 For 24"din. • EI-14 Mau olulusw South Wmtcxu Pndmgiug Made to Orrkr-Plastic ASTM D 1248 Fa 2A"die. • EI-14 Imwle wen Nonow-allow Mee to Order-Plastic ASTM D 1248 For 24'di.. 0923/96 E1-14 Manhole Insert Smthsseslem Pacldng&Seals,Inc. Lifesaver-Stainless Steel For 24"dia 0923/96 E1-14 Manhole hoer! Southp lem Paddng&Seals,Inc. TedwLok-Stainless Slal For24"die Manholes&Bases/Frames&Covers/Rectangular Manhole Franey and Covers Western Imo Works,Bass&Hays Fowdry 1001 24"x40"WD Manhole Fr—s and Coves Vulcm Fomdry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) E1-14 Manhole Fmmes and Covers Walem Lon Works,Bass&Hays Fowdry 30024 24"Dia. E1-14 Manhole Frames and Covers McKiffley Iron Works rnc. A 24 AM 24"Dia. EI-14 Manhole Frames and Covers Neenah Casting 24"Dia. E1-14 Manhole Fraues and Coven Yul—Fowdry 1342 ASTM A48 24"Dia. EI-14 Manhole Frames and Covers Sigttm Co moon MH-144N EI-14 Manhole Fraaes and Covers Si ma Co moon MH-143N EI-14 Manhole Frames and Covers Pm-A-Mousson GTS-STD 24"din. EI-14 Manhole Frames and Coven Neenah Casting 24"dia. 725103 EI-14 IManhole Frames and Covers Saint-Gobain Pi lines(Pamrex/rems) RE32-RSFS 30"Dia. 01 1311110, E1-14 30"DI AIH Rine mW Coca Etnl Jordan Inn\-k, V1432-2 and V 1493 Designs AAS H"r0 N1 3(W)-(q 30"Diu, 11/02/10 E1-14 30"DI MH Rine and Corer Sigmh Co rmtion Mil 1651 FWN&MH 16502 30"Diu ()7/19/11 E1-14 3U"DI MH Riug and Cover Stu Pi P.Auts NIH32FTWSS-DC 30"Diu 08/Ill/11 EI-14 3(1"DI MH Ring and Cover Aceurast 220700 Heavy NIX with Gmkel Rin g 30"Dia Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight EI-14 Manhole Frames and Covers Pont-A-Momson Pmfight 24"Dia. EI-14 Manhole Fina-and Covers Neenah Casting 24"Din. EI-14 Mmhtohe Fina-and Covers Vulrnn Foundry 2342 ASTM A 48 24"Din. EI-14 Manhole Frames and Covers Western Iron Works,Bass&Ha Foundry 300-24P 24"Dia. EI-14 Manhole Fronts and Covers McKinley Iron Works Inc. WPA24AM 24"Dia. 03108/00 EI-14 Manhole Frames and Co— Accucrst RC-2100 ASTM A 48 24"Din. 0420/01 EI-14 Manhole Fraues and Covers SeraWom Industries Private Ltd. 300-24-23.75 Ring and Cosier ASTM A 48 24"Din. Manholes&Bases/New/Components 0723/97 Ure thane Hydro hnic Watersto As.W Kgp K.K. Adeka Ulu.-Seal P-201 ASTM D2240/13412/D792 0426/00 Offset Joint for 4'Dim.MH Hanson Concrete Pmducts Dmwing No.35-0048-001 0426/04 Profile Gasket for 4'Diam MH. Press-Seal Gmkct Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 126/99 HDPE Manhole 4ustmeat Ring Ladtecl4 lac HDPE Adjustment Ring Non-tmfBc area 5/13/05 Nl.,d 1 External Wap Coma-CPS \\'m i,ISud illwdndc Fuca,.b(mn Systcnh Manholes&Bases/New/Precast Concrete EI-14 Manhole,Precast Concrete Hydro Conduit Corp SPL lie.#49 ASTM C 478 48" EI-14 Manlwle,Precast Concrete Wan Ceocrele Pipe Co.Inc. ASTM C-443 48" El-14 Manhole,Precast Concrete H—n(formedy Gifford-Mfl) ASTM C 478 48" 0426/00 E-14 MH,Single Offset Seal Joint Hanson Type F Dwg 35-0048-001 ASTM C 478 48"Dim MH 0923/96 EI-14 Manlole,Precast Concrete Concrete Product Inc. 48"I.D.Manhole w/32"Cane ASTM C 478 48"w/32"mne (W-10ftK EI-14 Manhole,P—1 Concrete The Termer Cam any 48"I.D. 24"Cone ASTM C 478 48" 10127/16 EI-14 Manhole,P—m Concrete Oldc:nlle Precutit Inc. 49"I.D.hlanlole w/24"Cane ASTM C 478 48"Dion sv 24"Rine 06/)9110 EI-14 Manhole,Pn-rat(Rcink—Pol aner)Conace US Com osite Pic Reinforced Poly—Concrete ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 1/26/99 Fiberglass Manhole Fluid Containment,Inc. Flosvlile ASTM 3753 Non-traffic area 118 13011, Filmrelass Manhole L.F.Manufacmrin Non-va0ic area Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systems Quadex 0423/01 E1-14 Manhole Rehab S stems Standard Cement Materials,Inc. Reliner MSP EI-14 Manhole RdwbS terns AP/M Permaform 420/01 EI-14 Manhole Rehabs hem Strang-Seals tee Strang Scat MS2A Rehab System 5/12/03 EI-14 Manhole Rehab S tem Pol-tri hex Technologies MH repair pmduct to stop infiltmdon ASTM D5813 118 130/06 General C,,.,—[e Re air Fl-Krete Technologic. Vinyl Polyester Re air Product Ali".Ux Manholes&Bases/Rehab Systems/NonCementitious 0520196 EI-14 Manhole Rehab S hems S m Spray Wahl Polym d=c Coating ASTM D639/D790 EI-14 Manhole Rehabs terns Sun Coast 01/31/116 Genines far Comhsion PRrWtion cl—wlon Arc 791,S I H B.S I.S2 Acid R,,klance Tess S—,Appliution, 8/28/21106 Geeing,far Corrosion Prmeemion Warren En,innuncnlal S-301 and TI-301 Sewer A dinnim, 08/30106 Coatings for Comhsiun Pmlection Citadel SLS-10 Solids Epoxy Sewer A orations Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 721/97 Cent Call Fiberglass Hobos Pipe USA,Inc. Hoban Pipe m-Pressure) ASTM D3262/D3754 10/30/03 ilFlowtite A dtmhUSA Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST 03122110 Fiberglass Pi Aron Bondstrand RPMP Pipe ASTBI D3262/D3754 4114105 Pnlynar Modified 0,­t,to Pic Amiw h USA M,ycr Poly"w Pic ASTSI C33.A276,F477 8"Io 102",Class V 06/09/10 EI-9 Reinforced Polymer Concrete Pie US Com suite Pipe Reinforced Polymer Conmte Pie ASTtd C-76 Pines/New/Concrete E1-04 Conc.Pipe,Reinforced Wall Concrete Pipe Co.Inc. ASTM C 76 E1-04 Cone.Pipe,Reinforced Hydro Conduit Corporation Class RI T&G,SPL Item#77 ASTM C 76 El-04 Conc.Pi Reinforced Hanson Concrete Products SPL Item#95-Manhole,#98-Pi ASTM C 76 E1-04 lConc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Pipes/New/Ductile Iron EI-06 Ductile Iron Pipe Griffin Pipe Products,Co. Super Bell-Tice Ductile Iron Pressure Pipe, ANNA C150,C151 3"thru 24" EI-06 Ductile Inn Pipe American Ductile Iron Pipe Co. Arnedcan Fastite Pipe AWWA CI50,CI51 4",8"&10" EI-06 Ductile bon Pipe U.S.Pipe and Foundry Co. AWWAC150,CI51 EI-06 Ductile hon Pipe McWane Cast he.Pipe Co. AWWAC150,C151 Pipes/New/PVC(Pressure) 12102/11 EI-24 DR-14 PVC Pressure Pipe Pipelife Jelstream PVC Pressure Pipe AW WA C900 4"thru 12" Pipes/New/HDPE(Pine Bursting/Sliplining) High-density 1 th ene pipe Phillips Ddsco i ,Inc. O timre Ductile Polyethylene Pipe ASTM D 1248 8" High-density polyethylene pipe Plexm Inc. ASTM D 1248 8" High-density polyethylene pipe Polly Pipe,Inc. ASTM D 1248 8" High-density I)eth lene pipe CSR Hydro Conduit/Pipeline Systens McConnell Pipe Enlargement ASTM D 1248 Pipes/New/PVC* 11/04198 E1-31 PVC Corrugated Se,mr Pie Contech Construction Products,Inc. Contech A-2000 Sewer Pipe ASTM F 949 8"ttw 36" EI-31 P CCorrugatedSeser Pie Uponor ETI Company Ulna ma ASTM F 949 24"to 36"Onl 05/04109 E1-31 PVC Corrugated Sewer Pie Di.-.d Plastics Curponai,,n CORR 21 ASTM F 949 24"to 36"only E1-25 PVC Seam Pipe Can-Tex,Industries ASTM D 3034 4"thru 12" EI-25 PVC Sewer Pipe Certain-Teed Products Crop ASTM D 3034 4"d-15" EI-25 PVC Sewer Pipe Napco Mauufacmdn Corp ASTM D 3034,D 1784 4"&8" EI-25 PVC Sewer Pi J-M Manufacturing Company,Inc. ASThI D 3034 4"-15" 12/23/97' EI-27 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"thru 15" E1-27 IPVCSewpiPe Lamson Y Ion Pipe ASTM F 789 4"thru 15" E1-25 PVC Sew Pipe Extrusion Technologies,Inc ASTM D 3034 8-,10- 11/11/98 EI-28 PVC Seaw Pipe Diamond Plastics Corporation "S"Gravity Seaw Pi ASTM F 679 18"to 27" E1-28 PVC Sewer Pi J-M Manufacturing Com an,Inc. ASTM F 679 18"-27" 11/12/99 EI-29 PVC Truss Pipe Contech Construction Products,Inc Contech PVC Truss Pipe ASTM D 2680 8"through 15" 0926191 E100-2 Closed Profile PVC Pipe Lamson VA-Pipe Callen Vylon H.C.Close Profile ASTM F 794 I8"to 48" 11/17/99 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM'8031F794 18"to48" 05100A)5 E1-28 PVC Solid Wall Pip, Diatmmd Plastics Corpnmtion PS 4fi ASTM F-679 18"to 48" M/27/06 EI-25 PVC Sewer Fittings Hauar SDR-26 and SDR-35 Gasket Fittings ASTDI D-3034,D-1754,etc 4"-15" a EI-25 PVC Sewermtings Plastic T=ds,iox Gasketed PVC Sea Mai.Fillings ASTMD3034 Pines/New/Ribbed Open Profile Large Diameter 09/26191^ E100-2 PVC Sewer Pipe,Ribbed Lamson V Ion Pipe Carton Vylon H.C.Closed Profile Pipe, ASTM F 679 18"to 48" 09/26191 EI00-2 PVC Sewer Pipe,Ribbed Extrusion Technologics,Inc. Ultm-Rib Open Profile Seger Pipe ASTM F 679 18"to 48" EI00-2 PVC Sewer Pipe,Ribbed Uporour ETI Company H110/10 (E 100-2) Polypropylene(PP)Sewer Pipe,Double Wall Advanced Drainage S stems(ADS) SaniTite HP Double Wall(Corrugated) ASThI F 2736 24"-30" 11/10/10 (EI00-2) Pol} ro ykne(PP)Sewer pipe,Triple Wall Advanced Drainage S stems(ADS) SaniTite HP Triple Wall PiN ASTM F 2764 30"to 60" 05/16111 Steel Reinformd Polyeth 4ene Pipe ConTech Construction Products Durmaxx ASTbI F 2562 24"to 72" Pipes/Rehab/CIPP Cured in Place Pipe brsituform Texark,lac ASTM F 1216 05/03/99 Cured in Place Pi National Envimtech Group National Liner,(SPL)Item#27 ASTM F-1216/D-5813 0529/96 Cured in Place Pi Reynolds Ine/Ialiner Technol (Inliner USA) Inliner Technolo ASTM F 1216 Pipes/Rehab/Fold&Form Fold and Form Pipe Cullum Pipe Systerns,Inc. 11/03/98 Fold and Form Pipe Insituforat Technologies,Inc. brsiluform"NuPI " ASTM F-1504 Fold and Form Pie American Pipe&Plastics,Inc. Deno.Purpose Only 12104/00 Fold and Form Pipe Ultralicer Ullmliner PVC Alloy Pi liner ASTM F-1504,1871,1867 06/09/03 Fold and Form Pipe Miller Pi eliee Corp. EX Method ASTM F-1504,F-1947 Up to 18"dinmeler Pipe Enlargment System(Method) PAt S stem PIM Corporation P.1yetmene PIM Corp.,Piscata Wa,N.J. Approved Previously McConnell systerns Md at Construction Polyethylene Houston,Texas Approved Previous! TRS S)stems Trendless Re lacemeat System Pol ethylene Calgary,Canada A roved Previousl Pipe Casing Spacers 11/04102 Steel Band Casing Spacers Advanced Products and Systeuta,Inc. Carton Steel Spacers,Model SI 02102/93 Stainless Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 0422/87 Casing Spacers Cascade Wateravrl5 Manufacturing Casing Spacers 09/14/10 Stainlesu Stml Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"<I><2> 09/14/10 Coated Sim]Cain Spacers Pipeline Seal and Insulator Coated Steel Casio Spacers Up to 48"<1>Q> OS/10/I 1 Stainless Steel Casing Spacer Po—eal 4810 Ponxrdaxk Up to 48"<1>2> Coatings 02/25/02 Epo.y Epoxy Lining System Sauereisen,Inc SeawGard 210RS I LA Count #210-1.33 Prepared 2129/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST NOW ammomMawwommm 12/14/01 Epoxy Lining System _ Rinka Materials) Enedt2030and2100Series 0-/14/05 Inferior Ductile Inns Pi pc Grain, Ind..... Pn+tcctn 401 ASTM B-117 Dwilc Iron Pip,Only WATER PipesNalves&Fittings/Combination Air Release E1-11 Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves,Model No. 12",1"&2" EI-11 Combination Air Release Valve Valve and Prima Corp. APCO 0143C,0145C and 0147C 1-,2-&3" PipesNalves&Fittings/Ductile Iron Fittings 0723/92 EI-07 Ductilelmn Fittings Star Pipe Products,Inc. Mechatical Joint Fittings AWWACI53&CI10 EI-07 Ductile loon Finings Griffin Pipe Products,Co. Mechanical Joint Fittings AW WA C 110 E1-07 Ductile Iran Ffltin s McWanelr la Pi Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AW WA C 153,C 110,C III 05114/98 EI-07 Ductile Iran Fittings Uni-Flange Series 1500 Circle Lock Pipe Restraints 08/10/98 EI-07 M1 Finings sigana,Co. Class 350 C-153 MJ Fittings AWWA C153 4"-24" 05/14/98 EI-07 Ductile Iran Joint Restraints Ford Meta Box Co. Uni-Flange Series 1500 Circle-Lock AW WA CI I I/CI53 4"to 12" 11/09104 E1-07 Ductile two Joint Restraints One Bolt,Inc. One Boll Restrained Joint Filling AW WA CI I I/Cl l6/CI53 4"to 12" 0229/12 33-11-11 Ductile Imo Pip,hlahanical Joint Rectraim EBAA Iron,htc. Megalug Series l IOn(fur Dl Pipe) A\VWA CI I I/CI 16 1C 153 4"1(,42" 0229/12 33-11-11 IPVC Pipe Mechanical Joint Restraint EBAA trop,Inc. Megalug Series 2000(for PVC Pipe) ARI%VA CI I 1/CI 16 1C 153 4"to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands Sig—,Co. Sigma One-Lok Mechanical Join[Restrainer AWWACIII/C153 4"1.24" Bulldog S),Ic.(Diarmmd Lot,21&JM 10/12/10 EI-24 Wed.,Restrained Joint System S&B Technical Products Eagle Luc'H)0) ASTM F-1624 4"o 12" 08116/(K EI-07 Alcclmnicvl loin Fittings SIPhtdustrics Mehanwal Joint Fitinw, AWWA C153 4"to 24" PipesNalves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve wh.Gears American Flow Control Series 2500 Drawing 0 94-20247 16" 12/13/02 Resilient Wedge Gate Valve Amed-Flow Contml Series 2530 and Series 2536 A\VWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve Arnakaa Flow Control Series 2520&2524(SD 94-20255) AWWA C515 20"and 24" 05/18199 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247) AWWA C515 16" 1024100 E1-26 Resilient Wedge Gale Valve American Flow Control Series 2500 AWWA C509 4'to 12" 08/05/04 Resilient Wedge Gale Valve American Flow Contra] 42"and 48"AFC 2500 AWWA 0515 42"and 48" 0523/91 EI-26 Resilient Wedge Gate Valve ArnericanAVI(Comparty American AVK Resilient Seaded GV AWWA C509 4"to 12" 0124/02 EI-26 Resilient Wedge Gale Valve American AVK Company 20"and smaller EI-26 Resilient Seated Gate Valve Kennedy 4'-12" EI-26 Resilient Sealed Gale Valve M&H 4'-12" EI-26 Rmitienl Sealed Gate Valve Mueller Co. 4"-12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361(SD 6647) AWWA C515 46" 0123/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24"(SD 6709) AW%VA C515 24"and smaller 0511Y05 Rcsilien Wcdgc Gate Valve Mueller Cu. Mueller 30"&36"X-515 AWWA C515 i(1"and 36" 01/31/06 Rc,ilicu W,dce Gate Vulvc Mudl,r Co. 61.,11,,42"&48",C-515 AWWA C515 42"and 48" 012888 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV(SD D-20995) AW WA C515 16" 11108/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve(SD D-21652) AWWA C515 24"and smaller 44R"4 Resilient Wedge Gate Volve Note<3> 0621/10 Re ilient Wedge Gate Valve Clow Valve Co. Cl—Valve Model 2638 AW WA C515 30"to 48" 05/08/91 EI-26 Resilient Seated Gate Valve Stoeklam Valves&Fittings AwwA a 507,ANSI 420-sera(ASns[ 4"-l2" EI-26 Resilient Seated Gate Valve U.S.Pipe and Foundg Co. Metroseal 250,rcquirernenm SPL 074 3"to 16" PipesNalves&Fittings/Rubber Seated Butterfly Valve E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-5014 24" E1-30 Rubber Sealed Butterfly Valve Mucller Co. AWWA C-504 24" 1/11199 E1-30 Rubber Seated Buttafly Valve Dezurik Valves Co. AWWA C-504 24"and larger 06112/03 EI-30 Valm lic American Butterfly Valve Valnalic Valve and Manufacturing Co!p- Valm do American Butterfly Valve. AWWA C-504 Up to 84*diameter 04 106/07 EI-30 Rubber Sealed Butterfly Valve h7&H Valve M&H Style 4500&1450 AWWA C-504 24"t,,48" amp ng Station 3/12/96 Water Sam ling Station Water Plus B20 Water Smplig Station Dry Barrel Fire Hydrants 10/0187 E-1-12 Dry Bartel Fin Hydrant American-Darling Valve Drawing Nos.90-18608,94-18560 AWWA C-502 038188 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shp No.94-18791 AWWA C-502 092087 E-1-12 Dry Bartel Fire Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01/12193 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 082488 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drasvin s D20435,D20436,B20506 AWWA C-502 E-1-12 D Bonet Fire Hydrant ITT Kennedy Valve Shop Drawing No.D-80783FW AWWA C-502 092487 E-1-12 Dry Barrel Fire Hydrant M&H Valve Counpany Shop Drawing No.13476 AWWA C-502 Slop Drawings No.6461 10/1487 E-1-12 Dry Barrel Fire Hydrant Mueller Ccrnpany A423 Centurion AWWA C-502 Sbop Dmwing FH-12 01 11588 EI-12 IDy Barrel Fire Hy draaI Mueller Company A423 Super Centurion 200 AW WA C-502 10/0987 E-1-12 Dry Basel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 0911687 E-1-12 IDy Barrel Fir.Hydrant Waterous Company Shop Drawing No.SK740803 AWWA C-502 Water Appurtenances 0&08/02 EI-18A Plastic Meta Boxes East Jordan Iran Works,Inc. Meta Box(Plastic)w/CI lid Class A,B,C 0828102 Double Strup Saddle Smith Blair 0317 Coaled Double Strap Saddle 0126/00 SS Ta ppig Saddle JCbI Industries,lac. 0406 Double Band SS Saddle 1"to 12"taps 01/30/01 Ta in Saddle JCM Indmiries,Inc. 0405 Coated Tapping Saddle I"to 12"taps 05/10/11 IT.pp ing SI tvc(Swirl...swi) I`--Cal 3490AS(Flung,)&34WMJ 4"-8"and 16" 0229112 33-12-25 ITapping St.,,,(Coated St,d) It— FTS 240 AWWA C-223 U p to 42"v24"Out 0229/12 33-12-25 IT.ppi.g Sleeve(Sminicss Steel) Rormc SST Swinlcss Stool AWWA C-223 Up to 24",,/212"On( Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST IM r b► r 0229/12 33-12-25 Ta tact Sleeve(Stainlc St.]) Ron— SST 111 Stainless Steel A\\r\VA C-223 Up to 30"„/212”Out 05/10/1) Joint Re air Clam Potrencal 3232 Bell Joint Re air Chou 4"tit 30" 0828 106 Plu+tic Meter Bus w Cl Lid ACCUCAST Class"A"Pla,lic Bus u/Cl Lid Ch-"A" 08/30/116 Plastic Mcw,Bos w/Plastic Lid DF\\'Plastic,Inc. Clam"A"Pla,tic Bos u'/Plastic Lid Clam"A" Polyethylene Encasement 05112/05 EI-13 Polynh•lene Enea,ment Fleasul P.t,U,,ing Full Emer ri AWWA C105 8 mil LLD 05112/05 EI-13 Polycthykne En—neat Mountain State.Plastid(b1SP)and AEP 1 1. Standard Hardware A\V\VA C 10 8 mil LLD 05/12/05 EI-13 Polyethykne Enc n—i AEP lndu,tries 13ull,imnn by Cowtoxn Boh K Ga,ket AWWA C105 8 miI LLD Meters 02/05/93 E101-5 Detector Check Meter Amu C.,T-y C.—y Model 1000 Detector Check Valve ANNA C550 4"-10" 08/05/04 Magnetic Drive Vertical Turbine He.ey Magnetic Drive Vertical AWWA C701,Class 1 3/4'-6- �- �._�' �, `ter-_���----r"`„_.- s�:��� ,.�.r�:.' :.,,,�. ,.,.�-.`"',� .. NOTES From Original Standard Products List K--- <I> Carrier Pipe I.D. Q> Above 48"Appnwd on case by case basis G3> Product Suspended 1-5-2-12 Im on n er s an uc rs n eve o mmru— Monona renew.1 prommuce,men—t me roff tv—water mpanotent s btanm pect tm tons no nn gut r t y wits ron pro im Specifications for speck products,are included as part of the Construction Contract Documents,the requirements of the Technical Specification Will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the spec products will be based on the requirements of the Technical Specification ubether or nor the speck product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Departawnt's Standard Products List. Prepared 2129/2012 Page 4