Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47995
J FORTWORTH � NCO' 4200M Cori PROJECT MANUAL C FOR THE CONSTRUCTION OF Burchill Channel Drainage Improvements McKenzie Culvert City Project No. 01712 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department DOCUMENTS ISSUED FOR CONSTRUCTION These"Issued for Construction"Contract Documents have been prepared by revising the Bidding Documents to record references to addenda,field orders or change orders issued as of March 30, 2016. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents, The Bidding Documents,as modified per the appropriate provisions of the Contract Documents,take precedence over these"Issued for Construction"documents. Prepared for The City of Fort Worth Transportation and Public Works Department 2016 REGf IVED Freese and Nichols, Inc. JUG A 8 p16 aRl Vi OFFICIAL RECORD Texas Registered Engineering Firm F-2144 GIOFSQ CITY SECRETARY FT.WORTH,TX FORTWORTH r-!- rf sr-m AW ,ONTRACT NO. PROJECT MANUAL FOR THE CONSTRUCTION OF Burchill Channel Drainage Improvements McKenzie Culvert City Project No. 01712 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department S. Frank Crumb, P.E. Director, Water Department THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY SCOTT K. HURLEY, P.E., TEXAS NO. 105025 ON JANUARY 27, 2016. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OFTHE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. Prepared for The City of Fort Worth Transportation and Public Works Department 2016 OFFICIAL RECORD Freese and Nichols, Inc. CITY SECRETARY Texas Registered Engineering Firm F-2144 FT.WORTH,TX 000000-1 TABLE OF CONTENTS Page] of 3 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 Division 00- General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 0011 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 0045 11 Bidders Prequalifications 15 0045 12 Prequalification Statement 16 0045 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers' Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance Bond 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 0061 25 Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 Division 01 - General Requirements 28 01 11 00 Summary of Work 29 01 2500 Substitution Procedures 30 01 31 19 Preconstruction Meeting 31 01 31 20 Project Meetings 32 01 32 16 Construction Progress Schedule 33 01 32 33 Preconstruction Video 34 01 33 00 Submittals 35 01 35 13 Special Project Procedures 36 01 4523 Testing and Inspection Services 37 01 5000 Temporary Facilities and Controls 38 01 5526 Street Use Permit and Modifications to Traffic Control 39 01 57 13 Storm Water Pollution Prevention Plan 40 01 58 13 Temporary Project Signage 41 01 6000 Product Requirements 42 01 6600 Product Storage and Handling Requirements 43 01 7000 Mobilization and Remobilization 44 01 71 23 Construction Staking and Survey 45 01 7423 Cleaning 46 01 77 19 Closeout Requirements 47 01 7823 Operation and Maintenance Data 48 01 7839 Project Record Documents 49 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 000000-2 TABLE OF CONTENTS Page 2 of 3 1 Technical Specifications which have been modified by the Engineer specifically for this 2 Project; hard copies are included in the Project's Contract Documents 3 Division 32-Exterior Improvements 4 3201 17 Permanent Asphalt Paving Repair 5 32 1613 Concrete Curb and Gutters and Valley Gutters 6 32 32 23 Segmental Retaining Walls 7 3292 13 Hydro-Mulching, Seeding,and Sodding 8 9 Division 33 -Utilities 10 33 01 30 Sewer and Manhole Testing 11 3305 10 Utility Trench Excavation,Embedment,and Backfill 12 33 49 40 Storm Drainage Headwalls and Wingwalls 13 14 15 Technical Specifications listed below are included for this Project by reference and can be 16 viewed/downloaded from the City's Project Buzzsaw site at: 17 18 hgps://proiec!point.buzzsaw.com/client/fortworthgov/Infrastructure%20Projects/01712%20- 19 %20Burchill%2OChannel%20Improvements/Bid%2OPackage/Referenced%2OTechnical%2OSpec 20 s 21 22 Division 02-Existing Conditions 23 0241 13 Selective Site Demolition 24 0241 14 Utility Removal/Abandonment 25 0241 15 Paving Removal 26 27 Division 03-Concrete 28 03 30 00 Cast-In-Place Concrete 29 03 34 13 Controlled Low Strength Material (CLSM) 30 31 Division 31 -Earthwork 32 31 1000 Site Clearing 33 3123 16 Unclassified Excavation 34 31 25 00 Erosion and Sediment Control 35 31 37 00 Riprap 36 37 Division 32-Exterior Improvements 38 3211 23 Flexible Base Courses 39 32 11 33 Cement Treated Base Courses 40 32 12 16 Asphalt Paving 41 32 13 13 Concrete Paving 42 3231 13 Chain Link Fences and Gates 43 3291 19 Topsoil Placement and Finishing of Parkways 44 45 Division 33 -Utilities 46 33 01 31 Closed Circuit Television(CCTV)Inspection 47 3303 10 Bypass Pumping of Existing Sewer Systems 48 33 04 50 Cleaning of Sewer Mains 49 3305 13 Frame,Cover and Grade Rings 50 3305 17 Concrete Collars CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 000000-3 TABLE OF CONTENTS Page 3 of 3 1 33 05 20 Auger Boring 2 33 05 26 Utility Markers/Locators 3 33 05 30 Location of Existing Utilities 4 33 11 05 Bolts, Nuts, and Gaskets 5 33 11 10 Ductile Iron Pipe 6 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 7 33 31 50 Sanitary Sewer Service Connections and Service Line 8 3339 10 Cast-in-Place Concrete Manholes 9 33 39 20 Precast Concrete Manholes 10 33 39 60 Epoxy Liners for Sanitary Sewer Structures 11 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 12 33 46 00 Subdrainage 13 3349 10 Cast-in-Place Manholes and Junction Boxes 14 33 49 20 Curb and Drop Inlets 15 16 Division 34-Transportation 17 3471 13 Traffic Control 18 19 Appendix 20 GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions 21 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 22 GC-6.07 Wage Rates 23 GC-6.09 Permits and Utilities 24 GR-01 60 00 Product Requirements 25 26 END OF SECTION CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 DIVISION 00 PROCUREMENT AND CONTRACT REQUIREMENTS OffidaI site of the Gty of Fort Worth,Teams CITY COUNCIL AGENDA Fo`° T WORTH COUNCIL ACTION: Approved on 6/21/2016 REFERENCE LOG 2020SW_BURCHILL CHANNEL DATE: 6/21/2016 NO : C-27787 NAME: DRAINAGE IMPROVEMENTS—CONSTRUCTION CODE: C TYPE: NON- PUBLIC NO CONSENTHEARING: SUBJECT: Authorize Execution of a Construction Contract with Klutz Construction L.L.C., in the Amount of$1,194,331.00 for the Construction of Burchill Channel Drainage Improvements, McKenzie Culvert and Provide for Construction Services and Contingencies for a Total Construction Phase Cost of$1,351,331.00 (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Klutz Construction L.L.C., in the amount of$1,194,331.00 for the construction of Burchill Channel Drainage Improvements- McKenzie Culvert. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a contract with Klutz Construction L.L.C., in the amount of$1,194,331.00. This project will provide storm drain capacity to mitigate property and roadway flooding along McKenzie Street at Avenue L. This project was advertised for bid in the Fort Worth Star-Telegram on February 4, 2016 and February 11, 2016. On March 24, 2016, the following bids were received: Bidders Bid Amount Klutz Construction,LLC $1,194,331.00 Austin Filter Systems $1,528,393.00 Humphrey&Morton Const. $1,565,403.40 Ark Contracting Serv. $1,733,326.00 Atkins Bros Equipment Co $2,528,654.00 It is recommended that a contract be awarded in the amount of$1,194,331.00 to Klutz Construction L.L.C. Costs for the implementation of this project will be funded by the Stormwater Capital Projects Bond Fund and Stormwater Capital Projects Fund. The recommended contract award amount includes a pre-established field order allowance of $50,000.00. Other budget items beyond the construction contract amount include$97,000.00 for survey, material testing and inspection, and $60,000.00 for contingencies. The total construction budget is$1,351,331.00. Construction is anticipated to start in Summer 2016 and the contract calls for a 210 calendar day construction time. Construction of the Burchill Channel Drainage Improvements is one component of the overall project that includes design, project management, survey, materials testing, inspections and contingencies. The overall project budget is$2,351,724.00. Authorizations provided with this M&C will result in no additional annual operating impacts to the Transportation and Public Works Department's operating budget. M/WBE OFFICE—Klutz Construction L.L.C., is in compliance with the City's BDE Ordinance by committing to five percent MBE participation and documenting good faith effort. Klutz Construction L.L.C., identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 14 percent. This project is located in COUNCIL DISTRICT 5, Mapsco 78P. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations funds are available in the current capital budget, as appropriated, of the Stormwater Capital Projects Fund (52002) and the Stormwater Capital Projects - Bonds Fund (59651). Upon approval of this action, the Director of Finance certifies that funds are available in the Fiscal Year 2016 Stormwater Capital Improvement Plan. Encumbrances Fund Current Budget and Actuals Budget Remaining* Stormwater Capital Projects 52002 $ 429,900.00 $ 0.00 $ 429,900.00 Stormwater Capital Projects—Bonds 59651 $1,919,009.00 $669,970.00 $1,249,038.00 Stormwater Capital Projects Legacy 59652 $ 2,816.00 $ 2,492.00 $ 324.00 Total $2,351,724.00 $672,462.00 $1,679,262.00 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 59651 0200431 5740010 C01712 002880 $1,225,000.00 52002 0200431 5740010 C01712 002880 $126,331.00 Submitted for City Manager's Office by_ Jay Chapa (5804) Originating_Department Head: Douglas Wiersig (7801) Additional Information Contact: Mike Bennett (7891) ATTACHMENTS CP 01712 1295 Form Burchill.pdf CP 01712 Map.pdf CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 to the Specifications&Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO. 01712 Bid Submittal Due Date:March 3,2016 Addendum No. 1 Issued: February 22,2016 The Specifications,Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CONTRACT DOCUMENTS: Section 00 52 43 "Agreement" Modification: Delete this Section and replace it with the Agreement included with this Addendum. An additional 60 days has been added to the contract time for a total time of 210 days. Section 00 4100'Bid Form" Modification: Delete this Section and replace it with the Bid Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid. An additional 60 days has been added to the contract time for a total time of 210 days. Section 00 42 23 "Proposal Form" Modification: Delete this Section and replace it with the Proposal Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid. The unit prices for the pre-bid items have been removed,and individual removal items have been added for removal of fence,guardrail,riprap,84"storm line, miscellaneous concrete structures including the headwalls and aprons,and concrete rubble wall. Section 00 73 00"Supplementary Conditions" Modification: Delete this Section and replace it with the specification included with this Addendum. The following text was added: SC-6.098:Complete road closure of McKenzie will be allowed for a maximum of 60 days. Shorter road closures will be allowed as long as they do not exceed 10 days. Contractor to provide 60 day notice for road closures for City approval. Addendum No. 1 1 of 2 February 22, 2016 SC-9.01:The City's Project Representative for this Contract Is Michael Bennett,P.E.or his/her successor pursuant to written notification from the Director of Transportation and Public Works. DRAWINGS: REPLACE THE FOLLOWING SHEETS: Replace Sheet With Sheet it—MCKENZIE CULVERT REMOVAL AND it—MCKENZIE CULVERT REMOVAL AND PROTECTION PLAN PROTECTION PLAN 15-MCKENZIE UPSTREAM WALLS PLAN 15-MCKENZIE UPSTREAM WALLS PLAN AND AND PROFILE PROFILE A note was revised on Sheet 11 clarifying how removal items are to be paid. A note was added to Sheet 15 to Indicate that the Contractor will be responsible for bracing the existing utility pole and coordinating with the utility. No separate pay. INFORMATION TO BIDDERS: This Addendum No. 1,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested Information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO. 1" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. RECEIP N E Douglas W.Wiersig,P.E. DIRECTOR TRANSPORTATION&PUBLIC WORKS DEPT. By -. ceA L 51-mvenslg L IG By. Company: l��-�fZ Michael Owen,P. . Project Manage Addendum No. 1 2 of 2 February 22,2016 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 to the Specifications& Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO.01712 Bid Submittal Due Date:March 3,2016 Addendum No. 1 Issued:February 22,2016 Addendum No.2 Issued:February 26,2016 The Specifications,Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CONTRACT DOCUMENTS: Section 32 011723 "Segmental Retaining Walls" Modification:Add Big Block, Inc.as an approved manufacturer per section 2.1.A.1 INFORMATION TO BIDDERS: This Addendum No.2,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Addendum No. 2 1 of 2 February 26, 2016 Failure to acknowledge receipt of the Addendum No.2 could cause the subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. RECEI K LE Douglas W.WlersI&P.E. DIRECTOR TRANSPORTATION&PUBLIC WORKS DEPT. By: G- By. ,fL�vT2 Goa 9�yzyGTia�r c Company: Michael Ow qv(P.E. Project Manager Addendum No.2 2 of 2 February 26,2016 CITY OF FORT WORTH,TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 to the Specifications&Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO. 01712 Bid Submittal Due Date: March 3, 2016 Addendum No.1 issued:February 22,2016 Addendum No.2 Issued:February 26,2016 Addendum No. 3 Issued: March 1,2016 Important Notice:The time for the submission of Bids has been changed to Thursday.March 10,2016, 2:00om. The Specifications,Contract Documents and Drawings for the above mentioned project are anticipated to be revised via Addendum No.4,no later than Friday, March 4. The anticipated changes include: • Revised Bid Form to include separate bid items for excavation. INFORMATION TO BIDDERS: This Addendum No.3,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No.3 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in uppercase letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.31' (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No.3 could cause the subject bidder to be considered "NONRESPONSIVE",resulting in disqualification. Addendum No. 3 1 of 2 March 1,2016 RECEIP K W Douglas W.Wiersig,P.E. DIRECTOR + TRANSPORTATION&PUBLIC WORKS DEPT. By: s PTZCC�v �4rd►.�/G. By. Company: Michael 0 n,P.E. Project Manager Addendum No. 3 2 of 2 March 1,2016 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 4 to the Specifications&Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO.01712 Bid Submittal Due Date: March 10,2016 Addendum No. 1 Issued:February 22,2016 Addendum No.2 Issued:February 26,2016 Addendum No.3 Issued:March 1,2016 Addendum No.4 Issued: March 3,2016 The Specifications,Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CONTRACT DOCUMENTS: Section 00 42 23 "Proposal Form" Modification: Delete this Section and replace it with the Proposal Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid. An additional item has been added for excavation. TECHNICAL SPECIFICATIONS: Add the following technical specification to the contract documents: 312316 Excavation. The specification was edited to clarify that excavation will be measured and paid by plan quantity. DRAWINGS: REPLACE THE FOLLOWING SHEETS: Replace Sheet With Sheet 27—MCKENZIE UPSTREAM HEADWALL 27—MCKENZIE UPSTREAM HEADWALL PLAN PLAN Headwall dimensions were clarified on this sheet revision. Addendum No.4 1 of 2 March 3, 2016 INFORMATION TO BIDDERS: This Addendum No.4,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No.4 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.4n (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No.4 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. REC T O GE Douglas W.Wiersig,P.E. DIRECTOR TRANSPORTATION &PUBLIC WORKS DEPT. By. 5 �/y� By: Company: �yTZ 6fM`A'*&G70U#e, Michael Owp ,P.E. Project Manager Addendum No.4 2 of 2 March 3,2016 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 5 to the Specifications & Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO. 01712 Bid Submittal Due Date: March 10,2016 Addendum No. 1 Issued: February 22,2016 Addendum No. 2 Issued: February 26, 2016 Addendum No. 3 Issued: March 1,2016 Addendum No.4 Issued:March 3, 2016 Addendum No.5 Issued: March 9,2016 Important Notice:The time for the submission of Bids has been changed to Thursday.March 24,2016 The Specifications, Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CONTRACT DOCUMENTS: Section 00 42 23 "Proposal Form" Modification: Delete this Section and replace it with the Proposal Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid. The Stormwater Field Order Allowance is a pre-bid item. INFORMATION TO BIDDERS: This Addendum No.4,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No.4 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.4" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No.4 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. Addendum No. 5 1 of 2 March 9, 2016 RECEIPT ACK L GE Douglas W,Wiersig,P.E. DIRECTOR L TRANSPORTATION&PUBLIC WORKS DEPT. TZ �oN �*w../I� By: Company: / Michael Ova n,P.E. Project Manager Addendum No-5 2 of 2 March 9, 2016 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 6 to the Specifications&Contract Documents for BURCHILL CHANNEL DRAINAGE IMPROVEMENTS MCKENZIE CULVERT CITY PROJECT NO.01712 Bid Submittal Due Date:March 24,2016 Addendum No. 1 Issued:February 22,2016 Addendum No.2 Issued:February 26,2016 Addendum No.3 Issued:March 1,2016 Addendum No.4 Issued:March 3, 2016 Addendum No. 5 Issued: March 9,2016 Addendum No.6 Issued:March 17,2016 The Specifications,Contract Documents and Drawings for the above mentioned project are revised and amended as follows: CONTRACT DOCUMENTS: Section 00 42 23"Proposal Form" Modification: Delete this Section and replace it with the Proposal Form included with this Addendum. The revised form is to be attached to the Contract Documents and submitted with the Bid.The quantity for the block retaining wall was revised. DRAWINGS: REPLACE THE FOLLOWING SHEETS: Replace Sheet With Sheet 14—MCKENZIE DOWNSTREAM WALLS 14—MCKENZIE DOWNSTREAM WALLS PLAN PLAN AND PROFILE AND PROFILE 15—MCKENZIE UPSTREAM WALLS PLAN 15—MCKENZIE UPSTREAM WALLS PLAN AND AND PROFILE PROFILE 16—MODULAR BLOCK WALL DETAILS 16—MODULAR BLOCK WALL DETAILS Station callouts were added to the profile view to clarify wall dimensions on sheets 14 and 15. Design requirements for the walls were revised on sheet 16. Addendum No. 6 1 of 2 March 17, 2016 INFORMATION TO BIDDERS: This Addendum No.6,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Specifications&Contract Documents of the same. Acknowledge your receipt of this Addendum No. 6 by completing the requested information at the following locations: (1) In the space provide on the signature page of the Proposal (2) Indicate in upper case letters on the outside of your sealed bid envelop: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.6" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal Failure to acknowledge receipt of the Addendum No. 6 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RE PTA D Douglas W.Wiersig,P.E. DIRECTOR TRANSPORTATION&PUBLIC WORKS DEPT. By: Company: / 'z /L Michael Owen, .E. Project Manager Addendum No.6 2 of 2 March 17,2016 001113 - 1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Burchill Channel Drainage Improvements, City Project No. 5 01712 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth, Texas 76102 Q 11 until 12 2:00 P.M. CST, Thursday, March 24, 2016, and bids will be opened publicly and read aloud at Q 13 2:00 PM CST in the Council Chambers. 5 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: Construction of 80 LF CIP 5-9'x7' 17 culvert crossing, channel retaining walls, utility relocations, site restoration, and appurtenances. 18 19 PREQUALIFICATION 20 The improvements included in this project must be performed by a contractor who is pre- 21 qualified by the City at the time of bid opening. The procedures for qualification and pre- 22 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of Fort Worth's Purchasing Division website at ]Ittp.//www.fortworthgov.org/purchasinJ and 27 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 28 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 29 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 30 Parties Form 1295 and the form must be submitted to the Project Manager before the 31 contract will be presented to the City Council.The form can be obtained at 32 https://www.ethics.state.tx.us/tec/1295-Info.htm . 33 34 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc. 35 located at 4055 International Plaza, Suite 200, Fort Worth, TX 76109. 36 37 The cost of Bidding and Contract Documents is: 38 Set of Bidding and Contract Documents with full size drawings: $60 39 Set of Bidding and Contract Documents with half size (if available) drawings: $40 40 41 PREBID CONFERENCE 42 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 43 BIDDERS at the following location, date, and time: 44 DATE: February 8, 2016 45 TIME: 11:00 AM 46 PLACE: 1000 Throckmorton Street, Room 270 47 Fort Worth, Texas 76102 48 LOCATION: 2nd Floor of City Hall, T/PW Dept. 49 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 01712 Revised December 23,2015 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 2 City reserves the right to waive irregularities and to accept or reject bids. 3 4 INQUIRIES 5 All inquiries relative to this procurement should be addressed to the following: 6 Attn: Michael Owen,P.E., City of Fort Worth 7 Email: Michael.Owenafortworthtexas.gov 8 Phone: 817-392-8079 9 AND/OR 10 Attn: Scott Hubley, P.E.,Freese and Nichols, Inc. 11 Email: skhnfreese.com 12 Phone: 817-735-7300 13 14 ADVERTISEMENT DATES 15 February 4,2016 16 February 11, 2016 17 18 END OF SECTION CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 23,2015 0021 13- 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https://projectpoint.buzzsaw.com/fortworth�zov/Resources/02%20- 41 %2OConstruct Ion°020Documents/C'ontractor 1/)%20Prequalification/TPW%20Paving 42 °,/o20Contractor°/o2OPrequalification°/o2OProiiram/PREQUALIFICATION%20REQ 43 UIREMEN T 03%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://proiectpoint.btizzsaw.com/fortwortligov/Resources/02%20- 47 %2OConstruction%20 Doc uments/C'ontractor%20Prequalification/TPW%20Pavin, 48 %20Contractor"020 Prequalification%20Program/PREQUALIFICAT ION%2OREQ 49 UIREMENTSo./,20FOR"%20PAVING"'o20C'ONTRAC'TORS.PDF'?public CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 hMs://i)rojectpoint.buzzsaw.com/fortworthizov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 5 OSanitM%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 6 aual%20requirements.doc?public 7 8 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 9 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 16 bidder(s) for a project to submit such additional information as the City,in its sole 17 discretion may require, including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project,and construction schedule, 19 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 20 deliver a quality product and successfully complete projects for the amount bid within 21 the stipulated time frame. Based upon the City's assessment of the submitted 22 information,a recommendation regarding the award of a contract will be made to the 23 City Council. Failure to submit the additional information,if requested,may be grounds 24 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 25 notified in writing of a recommendation to the City Council. 26 27 3.4.In addition to prequalification, additional requirements for qualification may be required 28 within various sections of the Contract Documents. 29 30 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 31 32 4.1.Before submitting a Bid,each Bidder shall: 33 34 4.1.1. Examine and carefully study the Contract Documents and other related data 35 identified in the Bidding Documents(including"technical data" referred to in 36 Paragraph 4.2.below).No information given by City or any representative of the 37 City other than that contained in the Contract Documents and officially 38 promulgated addenda thereto, shall be binding upon the City. 39 40 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 41 site conditions that may affect cost,progress,performance or furnishing of the 42 Work. 43 44 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 45 progress,performance or furnishing of the Work. 46 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data"contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos, Polychlorinated 27 biphenyls(PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Michael Owen, P.E., T/PW 22 Email: Michael.Owenna,fortworthtexas.gov 23 Phone: 817-392-8079 24 25 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 26 City. 27 28 6.3.Addenda or clarifications may be posted via Buzzsaw at 29 30 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure Projects/01712 - 31 Burchill Channel Improvements/Bid Package 32 33 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 34 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 35 Project. Bidders are encouraged to attend and participate in the conference. City will 36 transmit to all prospective Bidders of record such Addenda as City considers necessary 37 in response to questions arising at the conference. Oral statements may not be relied 38 upon and will not be binding or legally effective. 39 40 7. Bid Security 41 42 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 43 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 44 the requirements of Paragraphs 5.01 of the General Conditions. 45 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 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 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained 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 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Fonn. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 —Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 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 Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35%of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until fornial 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised August 21,2015 003513 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf hftp://www.ethics.state.b(.us/forms/CIS.pdf ® CIQ Form is on file with City Secretary F1 CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Klutz Construction, LLC By: arle . KI PO Box 185 Signature: ; L 0 Kennedale, TX 76060 Title: Managing Partner END OF SECTION OFFIC14t RECORD CITY SECRETARY FT MIORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xlsx 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of ``` , � , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of W"NMI' 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. BIDDER: Klutz Construction, LLC Bynrl . PO Box 185 0 (Signature) Kennedale, TX 76060 Title: Managing Partner Date: END OF SECTION OFFICIAL RECORD CITY SECRETARY FT; WORTH, TX CITY OF FORT WORTH STANDARD CO Ru TI SP FI I O E S Form Revised 2MW6*I 8�_�� _ 43_00 43 37_00 45 12_00 35 1 3_Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Burchill Channel Drainage Improvements City Project No.: 01712 Units/Sections: Unit I, Section A-Drainage Improvements Unit I, Section B-Sewer Line Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond, 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving,receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: CITY OF FORT WORTH STANDARD CONSTRUCTIO }�PE 1 10 E Revised per AddendumNo.l�kG2 _00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal WOrkbook.xlSX 0041 00 BID FORM Page 2 of 3 a. Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square yards) b. Sewer Interceptors, Urban/Renewal, 24-inches and smaller 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: / a. This Bid Form, Section 00 41 00 k/ b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of V / the General Conditions. JV c. Proposal Form, Section 00 42 43 v 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 U g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 00 6.3. Total Bid /J 194 1$9 7. Bid Submittal ayfk This Bid is submitted on March 7'*, 2016 by the entity named below. Resp ctful!y suf;tte y // Receipt is acknowledged of the Initial I fo!lowin Addenda: By: _C L Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Charles M. Klutz Addendum No. 4: (Printed Name) ACMepievii WC Titie: Managing Partner CITY OF FORT WORTH STANDARD CONSTRUCTIO }�PE 101400 C E Revised per Addendum No.l�tGe4 2 _ _00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 3 of 3 Company: Klutz Construction, LLC Corporate Seal: Address: PO Box 185 Kennedale, TX 76060 State of Incorporation: Texas Email: charlie @klutzconstruction.com Phone: 817-561-5591 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTIO�y�PE I�I IO OC E Revised per Addendum No.1V6t1� 32 _�� ��00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xlsx 004243 Bm PROPOSAL Pop 1 ar I SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Unit No. Bidlist Item Description Sped On Unit of Bid No. Section No. Measure Quanti IN, Unit Price I Bid Value 1 3110.0101 Site Clearing 31 1000 LS $22,200.00 $22,200.00 2 0241.0500 Remove Fence 0241 13 LF 115 $10. $,150.00 3 0241.0500 Remove Guardrail 0241 13 LF 214 $10.00 $2,140.00 4 0241.0800 Remove Ri ra 02 41 13 SF 1140 $8.00 $9,120.00 5 0241.3028 Remove 84"Storm Line 0241 14 LF 9 $30900 781.00 6 0241.9000 Remove Misc Concrete Structure Headwalls and A ron 02 41 13 LS 1 $8,600.00 $8,600.00 7 0241.0600 Remove Concrete Rubble Wall 0241 13 LF 91 $3,.00 $2,821.00 8 3123.0101 Unclassified Excavation by Plan 31 2316 CY 36001 $15.00 $54.000.00 9 9999.0001 Headwall Downstream McKenzie 33 49 40 LS 1 $59,050.0 0 $59,050.00 10 9999.0002 Headwall(Upstream McKenzie 33 49 40 LS 1 $45,650.0 $45,650.00 11 3213.0101 6"Conc Pvmt Headwall Aprons and Rams 32 13 13 SY 1352 $59, $79.76&00 12 9999.0003 Segmental Retainina Wall 32 32 23 SF 5900 $60. $354,000.00 13 3231.0141 Steel Tube Fence 3231 13 LF 708 24.00 $16,992.00 14 3231.0305 Steel Tube Gate 3231 26 EA 2 $970. $1,940.00 15 3305.0109 Trench Safety 33 05 10 LF 146 $2.501 $365.00 16 3341.1604 9x7 Box Culvert 3341 10 LF 400 $504.001 $201,666-00 17 3341.0205 24"RCP Class III 3341 10 LF 66 $84.001 $5,544,00 18 3349.5001 10'Curb Inlet 33 49 20 EA 2 3 200.00 400.00 19 3349.8001 5'Type 2 Curb Inlet 33 49 20 EA 1 5 000. $5,000.00 20 3137.0102 Lar a Stone Ri ra d 24 31 37 00 SY 137 94. $12,878.00 21 9999.0004 Asphalt Pavement Repair,Full Depth McKenzie Section 3201 17 SY 419 50.00 $20,950.00 22 9999.0005 Asphalt Pavement Repair,POL Section 32 01 17 SY 750 5.0 $33,750.00 23 3216.0102 7"Conc Curb and Gutter 32 16 13 LF 435 29. $12,615.00 24 9999.0006 Curb Cut Flume 32 16 13 EA 1 $1 210.0 $1,210.00 25 3216.0301 9"Conc Valle Gutter Residential 32 16 13 SY 58 52.0 $3,016.00 26 3231.0113 6'Chain Link Steel 3231 13 LF 66 3. $2,83&00 27 3291.0100 Topsoil 3291 19 CY 170 21.00 $3,570.00 28 3292.0400 Seeding,H dromulch 32 92 13 SY 3800 0.6 $2,280.00 29 3292.0500 Seeding,Soil Retention Blanket 32 92 13 SY 613 $1.00. $613.00 30 3125.0101 SWPPP a 1 acre 31 2500 LS 1 $4.100.001 $4,100.00 31 3471.0001 Traffic Control 34 71 13 MO 5 $975.001 $4,875.00 32 3471.0002 Portable Messa a Signs 3471 13 WK 20 $460.00 00 33 9999.0007 Stormwater Field Order Allowance 99 99 00 LS 50000 $1.00 $50,000.00 1 3331.4119 8"DIP Sewer Pipe with Protecto 401 Lining and CSS backfill 33 11 10 LF 1351 $110.001 $14,850.00 2 3331.4305 20"DIP Sewer Pipe with Protecto 401 Lining 33 11 10 LF 85 $200.00 $17.000.00 3 3331.4305 20"DIP Sewer with Protecto 401 Lining B Other Than Open Cut 3311 10 LF 45 $600. $27,000.00 4 3339.0001 Epoxy Manhole Liner 33 39 60 VF 60 $250.0 0 15 000.00 5 3339.1002 4'Drop Manhole 33 39 10 33 39 20 EA 1 $4,200. $4,200.00 6 3339.1003 4'Extra Depth Manhole 33 39 10 33 39 20 VF 9 $225.00 $2,025.00 7 3339.1101 5'Manhole 33 39 10 33 39 20 EA $15,000.00 8 3339.1103 5'Extra Depth Manhole 33 39 10 33 39 20 VF 29 $275.00 $7,975.00 9 3305.0112 Concrete Collar 33 05 17 EA 4 1 050.001 $4,200.00 10 0241.2001 Sanitary Line Grouting 0241 14 CY 8 $175.001 $1,400.00 11 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 4 $350.001 $1,400.00 12 3331.3101 4"Sewer Service 3331 50 EA 1 $1,000.00 1 000.00 13 3331.3102 4"Sewer Service 2-Way Cleanout 3331 50 EA 1 $350.0 0 350.00 14 3301.0001 Pre-CCTV Ins ection 3301 31 LF 250 $8.00 $2,000.00 15 3301.0002 Post-CCTV Inspection 3301 31 LF 255 $8.00 2 040.00 16 3301.0101 Manhole Vacuum Testing 3301 30 EA 4 $350.0 0 $1,400.00 17 3303.0001 Bypass Pumping 33 03 10 LS 1 $20,000.00 20 000.00 18 3305.0109 Trench Safety 33 05 10 LF 220 $5.00 1 100.00 19 3305.0110 Utility Markers 33 05 26 LS 1 $500.00. $500.00 20 3305.0202 Imported EmbedmenUBackfill CSS 33 05 10 CY 25 $45.00 $1,125.00 21 3305.0203 Imported EmbedmenUBackfill CLSM 33 05 10 CY 25 $150.00 $3,750.00 22 3305.0205 Imported EmbedmentBackfill Fine Crushed Rock 330516 CY 25 $45.00 $1,125.00 23 3305.0206 Imported EmbedmenUBackfill Acceptable Backfill 133 05 10 CY 25 $40.00 $1,000.00 24 3305.0207 Imported EmbedmenUBackfill Select Fill 1330510 CY 1 25 $50.00 $1,250.00 25 1 3201.0400 Temporary As halt Paving Repair 13201 18 LF 1 265 $25.00 $6,625.00 - - 1 041,0`16.00 $153,315.00 - $1 194 331.00 END OF SECTION CRY OF FORT WORTH STANDARD CONSTRUCTION SPECFWATION DO0JWN7S R-d ps Adam No.6 lvmd 347116 00 4100 004313 00 42 43 00 43 37 004312 003313_EW P1op.l Workbook BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Klutz Construction, LLC as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid (5%)---------------------------- Dollars ($ ---- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Burchill Channel Drainage Improvements McKenzie Culvert NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of March 2016 KL CTION LLC r cip l (Seal) � L Wiz.. �►� By: �+�2 Name/Title VIGILANT INSURANCE COMPANY Surety (Seal) By: Z6� � —::Z� Ky e W. Sweeney, orney-in-Fact Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ISurety ATTORNEY ATT Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas each as their true and lawful Attorney-in-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed In the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obifgMons. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,27:D tank rY orris,Jr.,Vice President STATE OF NEW JERSEY County of Somerset ss. On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companles;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority,and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is Ih the genuine handwriting of David B. Norris,Jr.,and was thereto subscribed by authcrity of said By- Laws and in deponenrs presence. Notarial Seal KATHERINE J.ADELAAR wQ� IPAY� NOTARY PUBLIC OF NEW JFI M No.2316685 .•r ��G Commission[*in July 1 b,2014 PUe (� Notary Public a�M J CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Alt powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective destgnations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice Presideq any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any , certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fad for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the-Companies*)do hereby certify that (I) the foregoing extract of the By-Laws of the Companies Is true and correct, Qi) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this March 3, 2016 t ii%rM ~EW Wade e ne en el, istant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com Form 15-10-02258-U (Ed.5-03) CONSENT 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidents 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 T , our principal place of business, are required to be F11M percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of MR ,,:� �, 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. BIDDER: Klutz Construction, LLC By: rl lu ` PO Box 185 0 (Signature) Kennedale,TX 76060 Title: Managing Partner Date: 1.01 END OF SECTION CITY OF FORT WORTH STANDARD C R T SP F I E S Form Revised zdsl, _8W WT �� 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xlsx 004511 - 1 BIDDERS PREQUALIFICATIONS Page 1 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004511-2 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004512 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Asphalt Paving Construction/Reconstruction (LESS THAN 10,000 square JLB Contracting, LLC Joy, . yards) ccJJ�� ` Sewer Interceptors, Urban/Renewal, 24-inches and R&D Burns Brothers, Inc. /try 1 smaller (/ #REF! #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Klutz Construction, LLC By: arl utz PO Box 185 0 (Signature) Kennedale,TX 76060 Title: Managing Partner Date: ! o AI b END OF SECTION CITY OF FORT WORTH STANDARDf AN T U�BO%E C 9-681Y`12-00 ON Forth Revi 29 — 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xlsx 004513-1 FORTWORTH BIDDER PREQUALIFICATION APPLICATION Page 1 of 9 1 SECTION 00 45 13 2 BIDDER PREQUALIFICATION APPLICATION 3 4 Date of Balance Sheet 5 6 Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company 7 8 9 Post Office Box City State Zip Code 10 11 12 13 Street Address (required) City State Zip Code 14 15 16 ) ) 17 Telephone Fax Email 18 Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) 19 20 MAIL THIS QUF.STIONAIRF,ALONG WITH FINANCIAL STATEMENTS TO: 21 CITY OF FORT WORTH TEXAS 22 1000 THROCKMORTON STREET 23 FORT WORTH,TEXAS 76102-6311 24 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 25 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 9 1 BUSINESS CLASSIFICATION 2 The following should be completed in order that we may properly classify your firm: 3 4 (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is 5 checked) 6 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. 7 8 The classification of your firm as a small or large business is not a factor in determining 9 eligibility to become prequalified. 10 11 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 12 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 0045 13-3 BIDDER PR EQUAL]FICATION APPLICATION Page 3 of 9 1 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 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER$1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Con struction/Reconstruction (LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting 2 3 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 9 1 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2 3 2. How many years has your organization been in business as a general contractor under your 4 present name? 5 List previous business names: 6 7 3. How many years of experience in construction work has your 8 organization had: 9 (a) As a General Contractor: (b)As a Sub-Contractor: 10 11 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER 12 *If requalifying only show work performed since last statement. 13 5.Have you ever failed to complete any work awarded to you? 14 If so,where and why? 15 16 6.Has any officer or owner of your organization ever been an officer of another organization that 17 failed to complete a contract? 18 If so, state the name of the individual, other organization and reason. 19 20 21 7.Has any officer or owner of your organization ever failed to complete a contract executed in 22 his/her name? CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 9 1 If so, state the name of the individual,name of owner and reason. 2 3 4 8. In what other lines of business are you financially interested? 5 6 7 8 9. Have you ever performed any work for the City? 9 If so,when and to whom do you refer? 10 11 10. State names and detailed addresses of all producers from whom you have purchased principal 12 materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 13 14 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your 15 relationship to this person or firm. 16 17 18 19 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 20 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 9 1 13. If any owner, officer,director, or stockholder of your firm is an employee of the City, or 2 shares the same household with a City employee,please list the name of the City employee and 3 the relationship. In addition,list any City employee who is the spouse,child, or parent of an 4 owner,officer,stockholder,or director who does not live in the same household but who receives 5 care and assistance from that person as a direct result of a documented medical condition. This 6 includes foster children or those related by adoption or marriage. 7 8 9 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) 10 Except for limited partners,the individuals listed in the blocks above are presumed to have 11 full signature authority for your firm unless otherwise advised. Should you wish to grant 12 signature authority for additional individuals,please attach a certified copy of the corporate 13 resolution, corporate minutes,partnership agreement,power of attorney or other legal 14 documentation which grants this authority. 15 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 9 1 14. Equipment $ 2 TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 3 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,20I2 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 9 1 Similar types of equipment may be lumped together.If your firm has more than 30 types of 2 equipment,you may show these 30 types and show the remainder as "various". The City,by 3 allowing you to show only 30 types of equipment,reserves the right to request a complete, 4 detailed list of all your equipment. 5 6 The equipment list is a representation of equipment under the control of the firm and which is 7 related to the type of work for which the firm is seeking qualification. In the description include, 8 the manufacturer,model, and general common description of each. 9 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 0045 13-9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 9 I 2 3 BIDDER PREQUALIFICATION AFFIDAVIT 4 5 STATE OF 6 COUNTY OF 7 8 The undersigned hereby declares that the foregoing is a true statement of the financial condition 9 of the entity herein first named, as of the date herein first given; that this statement is for the 10 express purpose of inducing the party to whom it is submitted to award the submitter a contract; 11 and that the accountant who prepared the balance sheet accompanying this report as well as any 12 depository, vendor or any other agency herein named is hereby authorized to supply each party 13 with any information, while this statement is in force, necessary to verify said statement. 14 being duly sworn, deposes and says 15 that he/she is the of , 16 the entity described in and which executed the foregoing statement that he/she is familiar with the 17 books of the said entity showing its financial condition; that the foregoing financial statement 18 taken from the books of the said entity as of the date thereof and that the answers to the questions 19 of the foregoing Bidder Prequalification Application are correct and true as of the date of this 20 affidavit. 21 22 23 24 Firm Name: 25 26 27 Signature: 28 29 30 Sworn to before me this 31 _ day of 32 33 34 Notary Public 35 36 Notary Public must not be an officer, director,or stockholder or relative thereof. 37 38 39 40 41 END OF SECTION CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01712. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 Klutz Construction, LLC By: Charles M. Klutz 13 Company 1 14 15 PO Box 185 Signature: L 16 Address 17 18 Kennedale, Texas 76060 Title: Managing Partner 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEF RE ME,the un N thority, on this day personally appeared 27 A� known to me to be the person whose name is 28 subscribed to the foregoent, an acknowledged to me the/she executed the same as 29 the act and deed ou! for the purposes and 30 consideration therein expressed and i the capacity therein stated. 31 32 33 GIVEN UNDER MY HAND AND SEAL OF OFFICE this tis� day of 34 12016. 35 36 �01"AY PU SHARON RIDDLE 38 Notary Public ,krx�Z4�ztJ N'9 Py STATE OF TEXAS tary Public in and for the State of Texas 39 OF My Commission Expires 02128/201 40 41 END OF SECTION OF RECORD CITY SECRETARY FT, WORTH Tx CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 14% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror sbail 30 deUtver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening .participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817) 212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 9,2015 00 52 43- 1 AGREEMENT Page] of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on tAt% is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Klutz Construction, LLC, authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Burchill Channel Drainage Improvements 16 Project No. 01712 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 210 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six-Hundred and Fifty Dollars (S650.00) for each day that expires after the time 33 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 005243-2 AGREEMENT Page 2 of 4 1 Article 4. CONTRACT PRICE 2 City agrees to pay Contractor for performance of the Work in accordance with the Contract 3 Documents an amount in current funds of ONE MILLION ONE HUNDRED NINETY FOUR 4 THOUSAND THREE HUNDRED THIRTY ONE Dollars (S 1,194,331.00). 5 Article 5. CONTRACT DOCUMENTS 6 5.1 CONTENTS: 7 A. The Contract Documents which comprise the entire agreement between City and 8 Contractor concerning the Work consist of the following: 9 1. This Agreement. 10 2. Attachments to this Agreement: 11 a. Bid Form 12 1) Proposal Form 13 2) Vendor Compliance to State Law Non-Resident Bidder 14 3) Prequalification Statement 15 4) State and Federal documents (project specific) 16 b. Current Prevailing Wage Rate Table 17 c. Insurance ACORD Form(s) 18 d. Payment Bond 19 e. Performance Bond 20 f. Maintenance Bond 21 g. Power of Attorney for the Bonds 22 h. Worker's Compensation Affidavit 23 i. MBE and/or SBE Commitment Form 24 3. General Conditions. 25 4. Supplementary Conditions. 26 5. Specifications specifically made a part of the Contract Documents by attachment 27 or, if not attached, as incorporated by reference and described in the Table of 28 Contents of the Project's Contract Documents. 29 6. Drawings. 30 7. Addenda. 31 8. Documentation submitted by Contractor prior to Notice of Award. 32 9. The following which may be delivered or issued after the Effective Date of the 33 Agreement and, if issued, become an incorporated part of the Contract Documents: 34 a. Notice to Proceed. 35 b. Field Orders. 36 c. Change Orders. 37 d. Letter of Final Acceptance. 38 39 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.l Issued 2/22/16 005243-3 AGREEMENT Page 3 of 1 Article 6. INDEMNIFICATION 2 1.2 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 3 expense, the city, its officers, servants and employees, from and against any and all 4 claims arising out of, or alleged to arise out of, the work and services to be performed 5 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 6 under this contract. This indemnification provision is specifically intended to operate 7 and be effective even if it is alleged or proven that all or some of the damages being 8 sought were caused, in whole or in part, by any act, omission or negligence of the city. 9 This indemnity provision is intended to include, without limitation, indemnity for 10 costs,expenses and legal fees incurred by the city in defending against such claims and 11 causes of actions. 12 13 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 14 the city, its officers,servants and employees,from and against any and all loss,damage 15 or destruction of property of the city, arising out of,or alleged to arise out of, the work 16 and services to be performed by the contractor, its officers, agents, employees, 17 subcontractors, licensees or invitees under this contract. This indemnification 18 provision is specifically intended to operate and be effective even if it is alleged or 19 proven that all or some of the damages being sought were caused, in whole or in part, 20 by any act,omission or negligence of the city. 21 22 Article 7. MISCELLANEOUS 23 7.1 Terms. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 have the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its partners, successors, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and 32 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Contract Documents held to be unconstitutional, void or 35 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 36 remaining provisions shall continue to be valid and binding upon CITY and 37 CONTRACTOR. 38 7.5 Governing Law and Venue. 39 This Agreement, including all of the Contract Documents is performable in the State of 40 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 41 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 005243-4 AGREEMENT Page 4 of 4 1 7.6 Other Provisions. 2 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 3 classified, promulgated and set out by the City, a copy of which is attached hereto and 4 made a part hereof the same as if it were copied verbatim herein. 5 7.7 Authority to Sign. 6 Contractor shall attach evidence of authority to sign Agreement, if other than duly 7 authorized signatory of the Contractor. 8 9 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 10 counterparts. 11 12 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 13 Contractor: City of Fo Klutz Construction,LLC B Jay Chapa B : z V Z Assistant City (Signature) C)f QA Date 9_J °°` °° Charles M. Klutz Attest: � ® (Printed Name) -City Se retary (Seal) ° Title: Managing Partner A��"}000000 Address: PO Box 185 M&C C —L.'E4l Date: (—:jl-t6 l cir A( ?Oo-51"3 City/State/Zip: Kennedale, TX 76060 Approved as to Form and Legality: Date Douglas W. Bla Assistant City Attorney 14 15 16 APPROVAL RECOMMENDED: 17 , tj 18 19 v. 20 21 DouglaAW. Wiersig 22 DIRE R, 23 Department of Transportation/Public Works 24 -------- - 25 [BURCHILL FICIAL RECORD 26 END OF SECTION Y SECRETARY T. WORTH TX CITY OF FORT WORTH CHANNFI,DRA AGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Y PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 0061 13-1 PERFORMANCE BOND Page I of 2 Bond No. 8238-20-26 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Klutz Construction, LLC known as "Principal" herein and 9 Vigilant Insurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety" herein(whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, One Million, One 13 Hundred Ninety-Four Thousand,Three Hundred Thirty-One Dollars & Zero Cents 14 ($1,194,331.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 21 day of �D _ , 2016, which Contract is hereby referred to 19 and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, 20 equipment labor and other accessories defined by law, in the prosecution of the Work, including 21 any Change Orders, as provided for in said Contract designated as Burchill Channel Drainage 22 Improvements, CityProject No. 01712. 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. CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 8238-20-26 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 2 I day of t%4*4, —, 2016. 6 PRINCIPAL: 7 KLUTZ CONSTRUCTION, LLC 8 9 10 BY: I 1 Signature I2 6al) S 13 14 Charles M. Klutz, Managing Partner 15 Prinry N ame and Title 16 17 Address: P.O. Box 185 _ 18 Kennedale,Texas 76060 19 _ 20 21 1 ss o 22 SURETY: 23 VIGILANT INSURANCE COMPANY 24 _ 25 % 26 BY.- 27 g re 28 29 Kyle W. Sweeney, Attorney-in-Fact 30 Name and Title 31 32 Address: 2001 Bryan Street, Suite 3400 33 Dallas,Texas 75201 34 35 1, 36 Witnes s to Surety Elizabeth Gra Telephone Number: 214-754-0777 37 38 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is a OFFIC9AL RECORD CITY`%�CRETARY FT. Vt�'RTH, TX CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July 1,2011 0061 14-1 PAYMENT BOND Page I of 2 Bond No. 8238-20-26 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Klutz Construction, LLC known as "Principal" 9 herein, and Vigilant Insurance Company a corporate surety (sureties), 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of One 13 Million, One Hundred Ninety-Four Thousand, Three Hundred Thirty-One Dollars & Zero Cents 14 ($1,194,331.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded 18 the Z I day of ILVA. , 2016, which Contract is hereby referred to and made a 19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as Burchill Channel Drainage Improvements, City Project No. 01712. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July I,2011 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 8238-20-26 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the Zt day of IL444- , 2016. 3 PRINCIPAL: KLUTZ CONSTRUCTION LLC ATTEST: BY: • Signature Charles M. Klutz Managing Pgrtf er (Prtnclpa Secr ary ame and Title Address: P.O. Box 185 Kennedale,Texas 76060 W' ess as rincip SURETY: VIGILANT INWRANCE COMPANY ATTEST: BY: ,&- ,% -4,— "0 re 7 Kyle W. Sweeney, Attorney-in-Fact (Surety) Secretary Name and Title Address: 2001 Bryan Street, Suite 3400 Dallas,Texas 75201 Witne as to-Sur ty ElizabA Gray Telephone Number: 214-754-0777 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address,both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH FT.WORTH, TX Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPEC City Project No.01712 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bond No. 8238-20-26 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we_ Klutz Construction, LLC , known as "Principal" 9 herein and Vigilant 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, 13 in the sum of One Million, One Hundred Ninety-Four Thousand, Three Hundred Thirty-One 14 Dollars & Zero Cents($1,194,331.00) lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City 16 and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the T I day of `-'V oV4_ , 2016, which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order(collectively herein, the"Work") as provided for in said 24 contract and designated as Burchill Channel Drainage Improvements, City Project No. 01712; 25 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 thereof at any time within the Maintenance 34 Period. CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 8238-20-26 1 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 CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. 8238-20-26 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the Z1 day of h'V%C_ , 2016. 3 4 PRINCIPAL: 5 KLUTZ CONSTRUCTION LL 6 7 8 BY: , .. 9 Signature 10 ATT T: 11 12 Charles M. Klutz, Managing Partner 13 ci al)Se r tar Name and Title 14 15 Address: P.O. Box 185 _ _ 16 Kennedale, Texas 76060 17 18 19 Atness rinc' 20 SURETY: 21 VIGILANT INSURANCE COMPANY 22 _ 23 24 BY: 25 gnatu 26 27 Kyle W. Sweeney, Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 2001 Bryan Street, Suite 3400 31 (Surety)Secretary Dallas,Texas 75201 32 33 34 Witnes to Surety Elizabeth Gray Telephone Number: 214-754-0777 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 r IAL RECORD SECRETARY ORTff TX CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01712 Revised July 1,2011 luChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Padi'ic Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A. Sweeney of Fort Worth,Texas each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed In the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,201 kenn&IT t.VVWA,A hstant Secrefary 7 D .Morris,Jr.,Vice President STATE OF NEW JERSEY County of Somerset ss. On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duty swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority,and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- laws and in deponents presence. Notarial Seal KATHERINE I ADELAAR NOTARY PUBLIC OF NEW JFRSF1 z Pr � Nc-.2316685 OW �G Commission E*res July 1-6,201 A P110 V Notary Public N CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: -All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant tae President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any , certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fad for purposes only of executing and attesting bonds and undertakings and other writings otigatory In the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Compary and any,such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached.' I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the•Companlesl do hereby certify that () the foregoing extract of the By-Laws of the Companies Is true and correct, (f) the Companies are duly fieensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal Is licensed In American Sanwa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (ix) i he foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this Ic LLMN S �OIpN�' if rrxr� �'dEW YpPt" e ne en el, istant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(906)903-3656 e-mail: sure chubb.com OFFICIAL RECORD CITY SECRETARY Form 15-10-022513-U (Ed.5-03) CONSENT FT. WORTH, TX Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaci6n o para someter una queja: You may call Chubb's toll-free telephone number Usted puede Ilamar al numeeo de telefono gratis for information or to make a complaint at de Chubb's para information o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informaci6n acerca coverages, rights or complaints at de companias, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us E-mail: Cons umerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reclamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para prop6sito de informacio'n y become a part or condition of the attached no se convierte en parte o condici6n del documento document. adjunto. Fonn 99-10-0299(Rev. 1-08) 0061 25- 1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH QURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Ree ised December 20,2012 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDn^/YY) 7/6/2016 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 NAMEACT Michele Lane Higginbotham Insurance Ageny, Inc. PHONE 800-728-2374 FAX 817-347-6981 500 W. 13th Street E-MAIL Fort Worth TX 76102 .mlane @higginbotham.net INSURERS AFFORDING COVERAGE NAIC# INSURERA:Texas Mutual Insurance Company 22945 INSURED INSURER B:United Fire Lloyds 43559 Klutz Construction,L.L.C. INSURER C 3212 Preston Hollow Rd INSURER D Fort Worth TX 76109 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER:363051136 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 POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY) (MMIDDIYYYYI LIMITS B X COMMERCIAL GENERAL LIABILITY 85320525 4/30/2016 4/30/2017 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X DAMAGE TO RENTED OCCUR PREMISES(Ea oc urren $100,000 X Ded:$1.000 PD MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY a JECT FX] LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 85320525 4/30/2016 4/30/2017 Ea accident SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUTOWNED SCHEDULED AUTOS BODILY INJURY(Per accident) $ NON-OWNED PER DAMA E HIRED AUTOS AUTOS Per accident $ Comp/Coll ded. $$1,000 B X UMBRELLA LIAB X OCCUR 85320525 4/30/2016 4/30/2017 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I X RETENTION$0 $ PER A WORKERS COMPENSATION TSF0001280716 4/30/2016 4/30/2017 X STATUTE ORH AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? a N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE, $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1 $1,000,000 B Leased/Rented Equip 85320525 4/30/2016 4/30/2017 Limit $250,000 Scheduled Equip Limit See Below Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) The General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status(GL includes ongoing and completed ops)and General Liability,Automobile Liability and Workers'Compensation policy includes a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy has a blanket Primary&Non Contributory endorsement that affords that coverage to certificate holders only See Attached... CERTIFICATE HOLDER CANCELLATION - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Transportation&Public Work WIC1AL RECORD ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton Street Fort Worth TX 76102 CITY SECRETARY AUTHORIZED R PRESENTATIVE FT. WORTH, TX ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _ LOC#: AC40REP® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Ageny, Inc. Klutz Construction, L.L.C. 3212 Preston Hollow Rd POLICY NUMBER Fort Worth TX 76109 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE where there is a written contract between the Named Insured and the certificate holder that requires such status. Umbrella is follow form. Project:Burchill Channel Drainage Improvements McKenzie Culvert City Project No.01712 The General Liability,Automobile Liability and Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder when required by written contract. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECS CATION DOCUMENTS Revision:Dearier21,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 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............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article5—Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,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 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative.....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective 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:De=nber2l,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 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeember2l,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:December2l,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. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION 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:Decenilxr21,2012 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:December2l,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:De=nber2l,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 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,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:December2l.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:De=nber2l,2012 00 72 00-1 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:December2l.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:Deomber2l,2012 007200-1 General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l.2012 00 72 00-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees,agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dxanber2l,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:Docember2l,2012 00 72 00-1 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:December2l,2012 00 72 00-1 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: (1) 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, attornevs, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l.2012 007200-1 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:Dweniber2l,2012 00 72 00-1 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:December2l.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:De=nbea2l,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 ofBonds 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:December2l,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:Decenker21,2012 007200-1 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:December 21.2012 00 72 00-1 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:Decanber21,2012 00 72 00-1 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 ofsubstituted 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:December2l,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 fixrnishing 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:Deceaniber21,2012 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 o_f Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION 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:Deowiber21,2012 007200-I General Conditions Page 27 of 63 the incorporation in the Work of anv 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:December2l,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-fonns.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:Deranber2l,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 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l.2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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:December2l,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:Decen ber2l,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.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL 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 00 72 00-1 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 V�' 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:Dacm*r21,2012 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 Recision:December2l,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:Demnber2l,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:December2l,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:Decernber2l,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:Decwiw2I,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 I I —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, 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:December2l.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. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deomiber21,2012 00 72 00-1 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 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,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 Measurenient 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:December 21,2012 00 72 00-1 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.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.O1.A.4 and 11.O1.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.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:Demnber2l,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 11.0l.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:December2l.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, retests, 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:De=nba21,2012 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:Dacember2l,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:Dece nber21,2012 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:Decanber2l,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. Reaainage: 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:Dece nber21,2012 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:Decanter 21,2012 UV/L UU-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:December2l,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.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 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:December 21,2012 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:Dwember21,2012 00 72 00-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 00 72 00-1 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 00 72 00-1 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:De=nber2l,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:December2l,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 January 25,2016: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 47 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of January 25,2016 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A Geotechnical Investigation,Report No.E12-0316,dated May 14,2012 and supplemental letters dated 16 June 20,2013 and July 31,2013,prepared by,Mas-Tek Engineering&Associates,Inc.,a sub-consultant of 17 Freese and Nichols,Inc., a consultant of the City,providing additional information on subsurface 18 conditions.This information is provided in Appendix GC-4.02 for the contractor's information only. 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 22 None 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 None 28 29 SC-5.03A.,"Certificates of Insurance" 30 31 The entities listed below are"additional insureds as their interest may appear"including their respective 32 officers,directors,agents and employees. 33 34 (1) City 35 (2) Consultant: Freese and Nichols,Inc. 36 (3) Other: None 37 38 SC-5.04A.,"Contractor's Insurance" 39 40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 43 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 44 45 Statutory limits 46 Employer's liability 47 $100,000 each accident/occurrence 48 $100,000 Disease-each employee 49 $500,000 Disease-policy limit CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No,1 Issued 2/22/16 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 SC-5.04B.,"Contractor's Insurance" 3 4 5.04B.Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 5 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 6 minimum limits of: 7 8 $1,000,000 each occurrence 9 $2,000,000 aggregate limit 10 11 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 12 General Aggregate Limits apply separately to each job site. 13 14 The Commercial General Liability Insurance policies shall provide"X", "C",and"U"coverage's. 15 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 16 17 SC 5.04C.,"Contractor's Insurance" 18 5.04C. Automobile Liability, under Paragraph GC-5.04C.Contractor's Liability Insurance under 19 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 20 21 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 22 defined as autos owned,hired and non-owned. 23 24 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 25 least: 26 27 $250,000 Bodily Injury per person/ 28 $500,000 Bodily Injury per accident/ 29 $100,000 Property Damage 30 31 SC-5.04D.,"Contractor's Insurance" 32 33 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 34 material deliveries to cross railroad properties and tracks None. 35 36 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 37 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 38 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 39 Entry Agreement"with the particular railroad company or companies involved,and to this end the 40 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 41 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 42 to the Contractor's use of private and/or construction access roads crossing said railroad company's 43 properties. 44 45 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 46 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 47 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 48 occupy,or touch railroad property: 49 50 (1) General Aggregate: $ 51 52 (2) Each Occurrence: $ 53 54 Required for this Contract X Not required for this Contract 55 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 With respect to the above outlined insurance requirements,the following shall govern: 2 3 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 4 the name of the railroad company. However, if more than one grade separation or at-grade 5 crossing is affected by the Project at entirely separate locations on the line or lines of the same 6 railroad company, separate coverage may be required,each in the amount stated above. 7 8 2. Where more than one railroad company is operating on the same right-of-way or where several 9 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 10 may be required to provide separate insurance policies in the name of each railroad company. 11 12 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 13 railroad company's right-of-way at a location entirely separate from the grade separation or at- 14 grade crossing,insurance coverage for this work must be included in the policy covering the grade 15 separation. 16 17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 18 way,all such other work may be covered in a single policy for that railroad,even though the work 19 may be at two or more separate locations. 20 21 No work or activities on a railroad company's property to be performed by the Contractor shall be 22 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 23 for each railroad company named,as required above. All such insurance must be approved by the City and 24 each affected Railroad Company prior to the Contractor's beginning work. 25 26 The insurance specified above must be carved until all Work to be performed on the railroad right-of-way 27 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 28 insurance must be carved during all maintenance and/or repair work performed in the railroad right-of-way. 29 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 30 railroad company operating over tracks involved in the Project. 31 32 SC-6.04.,"Project Schedule" 33 34 Project schedule shall be tier 3 for the project. 35 36 SC-6.07.,"Wage Rates" 37 38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 39 Appendixes: 40 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 None 47 48 SC-6.09B."City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City: 50 51 1. Work to be performed in accordance with the terms and conditions of USACE Section 404 52 Nationwide Permit 14 as referenced in Appendix GC-6.09. 53 2. Complete road closure of McKenzie will be allowed for a maximum of 60 days. Shorter road 54 closures will be allowed as long as they do not exceed 10 days. Contractor to provide 60 day 55 notice for road closures for City approval. CITY OF FORT WORTH BURCHELL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.I Issued 2/22116 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 3 4 SC-6.09C."Outstanding permits and licenses" 5 6 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 25, 7 2016: 8 9 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 10 11 12 SC-7.02.,"Coordination" 13 14 The individuals or entities listed below have contracts with the City for the performance of other work at 15 the Site: 16 Vendor Scope of Work Coordination Authority None 17 18 19 SC-8.01,"Communications to Contractor" 20 21 None 22 23 SC-9.01.,"City's Project Representative" 24 25 The City's Project Representative for this Contract is Michael Bennett,P.E.or his/her successor 26 pursuant to written notification from the Director of Transportation and Public Works. 27 28 SC-13.03C.,"Tests and Inspections" 29 30 None 31 32 SC-16.01C.1,"Methods and Procedures" 33 34 None 35 36 37 END OF SECTION CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised per Addendum No.1 Issued 2/22/16 DIVISION Ol GENERAL REQUIREMENTS 01 11 00-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 11 00-2 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 fixrnished 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 25 00-1 SUBSTITUTION PROCEDURES Page I 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, 41 b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 2500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form(attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit 3 copies of each written request for substitution,including: 8 a. Documentation 9 1) Complete data substantiating compliance of proposed substitution with 10 Contract Documents 11 2) Data relating to changes in construction schedule,when a reduction is 12 proposed 13 3) Data relating to changes in cost 14 b. For products 15 1) Product identification 16 a) Manufacturer's name 17 b) Telephone number and representative contact name 18 c) Specification Section or Drawing reference of originally specified 19 product,including discrete name or tag number assigned to original 20 product in the Contract Documents 21 2) Manufacturer's literature clearly marked to show compliance of proposed 22 product with Contract Documents 23 3) Itemized comparison of original and proposed product addressing product 24 characteristics including,but not necessarily limited to: 25 a) Size 26 b) Composition or materials of construction 27 c) Weight 28 d) Electrical or mechanical requirements 29 4) Product experience 30 a) Location of past projects utilizing product 31 b) Name and telephone number of persons associated with referenced 32 projects knowledgeable concerning proposed product 33 c) Available field data and reports associated with proposed product 34 5) Samples 35 a) Provide at request of City. 36 b) Samples become the property of the City. 37 c. For construction methods: 38 1) Detailed description of proposed method 39 2) Illustration drawings 40 C. Approval or Rejection 41 1. Written approval or rejection of substitution given by the City 42 2. City reserves the right to require proposed product to comply with color and pattern 43 of specified product if necessary to secure design intent. 44 3. In the event the substitution is approved,the resulting cost and/or time reduction 45 will be documented by Change Order in accordance with the General Conditions. 46 4. No additional contract time will be given for substitution. 47 5. Substitution will be rejected if- CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 25 00-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 a. Submittal is not through the Contractor with his stamp of approval 2 b. Request is not made in accordance with this Specification Section 3 c. In the City's opinion, acceptance will require substantial revision of the original 4 design 5 d. In the City's opinion, substitution will not perform adequately the function 6 consistent with the design intent 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. In making request for substitution or in using an approved product, the Contractor 12 represents that the Contractor: 13 1. Has investigated proposed product, and has determined that it is adequate or 14 superior in all respects to that specified, and that it will perform function for which 15 it is intended 16 2. Will provide same guarantee for substitute item as for product specified 17 3. Will coordinate installation of accepted substitution into Work, to include building 18 modifications if necessary, making such changes as may be required for Work to be 19 complete in all respects 20 4. Waives all claims for additional costs related to substitution which subsequently 21 arise 22 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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: 4 SECTION PARAGRAPH SPECIFIED ITEM 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 19 substitution will require for its proper installation. 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 31 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 39 e. Other City representatives CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 f. Others as appropriate 2 4. Construction Schedule 3 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 4 provide at Preconstruction Meeting. 5 b. City will notify Contractor of any schedule changes upon Notice of 6 Preconstruction Meeting. 7 5. Preliminary Agenda may include: 8 a. Introduction of Project Personnel 9 b. General Description of Project 10 c. Status of right-of-way,utility clearances,easements or other pertinent permits 11 d. Contractor's work plan and schedule 12 e. Contract Time 13 f. Notice to Proceed 14 g. Construction Staking 15 h. Progress Payments 16 i. Extra Work and Change Order Procedures 17 j. Field Orders 18 k. Disposal Site Letter for Waste Material 19 1. Insurance Renewals 20 m. Payroll Certification 21 n. Material Certifications and Quality Control Testing 22 o. Public Safety and Convenience 23 p. Documentation of Pre-Construction Conditions 24 q. Weekend Work Notification 25 r. Legal Holidays 26 s. Trench Safety Plans 27 t. Confined Space Entry Standards 28 u. Coordination with the City's representative for operations of existing water 29 systems 30 v. Storm Water Pollution Prevention Plan 31 w. Coordination with other Contractors 32 x. Early Warning System 33 y. Contractor Evaluation 34 z. Special Conditions applicable to the project 35 aa. Damages Claims 36 bb. Submittal Procedures 37 cc. Substitution Procedures 38 dd. Correspondence Routing 39 ee. Record Drawings 40 ff. Temporary construction facilities 41 gg. M/WBE or MBE/SBE procedures 42 hh. Final Acceptance 43 ii. Final Payment 44 J. Questions or Comments CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 3120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 0131 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 39 b. Project Representative 40 c. Other City representatives CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013120-2 PROJECT MEETINGS Page 2 of 3 1 4. Meeting Schedule 2 a. In general,the neighborhood meeting will occur within the 2 weeks following 3 the pre-construction conference. 4 b. In no case will construction be allowed to begin until this meeting is held. 5 C. Progress Meetings 6 1. Formal project coordination meetings will be held periodically. Meetings will be 7 scheduled and administered by Project Representative. 8 2. Additional progress meetings to discuss specific topics will be conducted on an as- 9 needed basis. Such additional meetings shall include,but not be limited to: 10 a. Coordinating shutdowns 11 b. Installation of piping and equipment 12 c. Coordination between other construction projects 13 d. Resolution of construction issues 14 e. Equipment approval 15 3. The Project Representative will preside at progress meetings,prepare the notes of 16 the meeting and distribute copies of the same to all participants who so request by 17 fully completing the attendance form to be circulated at the beginning of each 18 meeting. 19 4. Attendance shall include: 20 a. Contractor's project manager 21 b. Contractor's superintendent 22 c. Any subcontractor or supplier representatives whom the Contractor may desire 23 to invite or the City may request 24 d. Engineer's representatives 25 e. City's representatives 26 f. Others, as requested by the Project Representative 27 5. Preliminary Agenda may include: 28 a. Review of Work progress since previous meeting 29 b. Field observations,problems,conflicts 30 c. Items which impede construction schedule 31 d. Review of off-site fabrication,delivery schedules 32 e. Review of construction interfacing and sequencing requirements with other 33 construction contracts 34 f. Corrective measures and procedures to regain projected schedule 35 g. Revisions to construction schedule 36 h. Progress, schedule, during succeeding Work period 37 i. Coordination of schedules 38 j. Review submittal schedules 39 k. Maintenance of quality standards 40 1. Pending changes and substitutions 41 m. Review proposed changes for: 42 1) Effect on construction schedule and on completion date 43 2) Effect on other contracts of the Project 44 n. Review Record Documents 45 o. Review monthly pay request 46 p. Review status of Requests for Information 47 6. Meeting Schedule 48 a. Progress meetings will be held periodically as determined by the Project 49 Representative. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 31 20-3 PROJECT MEETINGS Page 3 of 3 1 1) Additional meetings may be held at the request of the: 2 a) City 3 b) Engineer 4 c) Contractor 5 7. Meeting Location 6 a. The City will establish a meeting location. 7 1) To the extent practicable, meetings will be held at the Site. 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 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 O1 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 detennine 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. 47 c. Acknowledge and agree that actual delays, affecting paths of activities 48 containing float time, will not have any effect upon contract completion times, 49 providing that the actual delay does not exceed the float time associated with 50 those activities. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 E. Coordinating Schedule with Other Contract Schedules 2 1. Where work is to be performed under this Contract concurrently with or contingent 3 upon work performed on the same facilities or area under other contracts,the 4 Baseline Schedule shall be coordinated with the schedules of the other contracts. 5 a. Obtain the schedules of the other appropriate contracts from the City for the 6 preparation and updating of Baseline schedule and make the required changes 7 in his schedule when indicated by changes in corresponding schedules. 8 2. In case of interference between the operations of different contractors,the City will 9 determine the work priority of each contractor and the sequence of work necessary 10 to expedite the completion of the entire Project. 11 a. In such cases,the decision of the City shall be accepted as final. 12 b. The temporary delay of any work due to such circumstances shall not be 13 considered as justification for claims for additional compensation. 14 1.5 SUBMITTALS 15 A. Baseline Schedule 16 1. Submit Schedule in native file format and pdf format as required in the City of Fort 17 Worth Schedule Guidance Document. 18 a. Native file format includes: 19 1) Primavera(P6 or Primavera Contractor) 20 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 21 bring in hard copy to the meeting for review and discussion. 22 B. Progress Schedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Schedule monthly no later than the last day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 28 Schedule Guidance Document. 29 2. Submit schedule narrative monthly no later than the last day of the month. 30 D. Submittal Process 31 1. The City administers and manages schedules through Buzzsaw. 32 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City,no further progress schedules are required. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 3216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. 3 C. Contractor is responsible for the quality of all submittals in this section meeting the 4 standard of care for the construction industry for similar projects. 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED) 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20.2012 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 33 00-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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 '/Z inches x 1 l inches to 8 '/Z inches x l linches. 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 47 2. The Project title and number CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 3300-3 SUBMITTALS Page 3 of 8 1 3. Contractor identification 2 4. The names of- 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number,page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes,but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the]Hain members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City's Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City's Standard 36 Product List, submittal data may include,but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 7) Standard wiring diagrams 47 8) Printed performance curves and operational-range diagrams CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 9) Production or quality control inspection and test reports and certifications 2 10) Mill reports 3 11) Product operating and maintenance instructions and recommended 4 spare-parts listing and printed product warranties 5 12) As applicable to the Work 6 H. Samples 7 1. As specified in individual Sections, include,but are not necessarily limited to: 8 a. Physical examples of the Work such as: 9 1) Sections of manufactured or fabricated Work 10 2) Small cuts or containers of materials 11 3) Complete units of repetitively used products color/texture/pattern swatches 12 and range sets 13 4) Specimens for coordination of visual effect 14 5) Graphic symbols and units of Work to be used by the City for independent 15 inspection and testing,as applicable to the Work 16 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 17 be fabricated or installed prior to the approval or qualified approval of such item. 18 1. Fabrication performed,materials purchased or on-site construction accomplished 19 which does not conform to approved shop drawings and data is at the Contractor's 20 risk. 21 2. The City will not be liable for any expense or delay due to corrections or remedies 22 required to accomplish conformity. 23 3. Complete project Work,materials,fabrication,and installations in conformance 24 with approved shop drawings,applicable samples,and product data. 25 J. Submittal Distribution 26 1. Electronic Distribution 27 a. Confirm development of Project directory for electronic submittals to be 28 uploaded to City's Buzzsaw site,or another external FTP site approved by the 29 City. 30 b. Shop Drawings 31 1) Upload submittal to designated project directory and notify appropriate 32 City representatives via email of submittal posting. 33 2) Hard Copies 34 a) 3 copies for all submittals 35 b) If Contractor requires more than 1 hard copy of Shop Drawings 36 returned,Contractor shall submit more than the number of copies listed 37 above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate 40 City representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution(if required in lieu of electronic distribution) 46 a. Shop Drawings 47 1) Distributed to the City 48 2) Copies CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 33 00-5 SUBMITTALS Page 5 of 8 1 a) 8 copies for mechanical submittals 2 b) 7 copies for all other submittals 3 c) If Contractor requires more than 3 copies of Shop Drawings returned, 4 Contractor shall submit more than the number of copies listed above. 5 b. Product Data 6 1) Distributed to the City 7 2) Copies 8 a) 4 copies 9 c. Samples 10 1) Distributed to the Project Representative 11 2) Copies 12 a) Submit the number stated in the respective Specification Sections. 13 3. Distribute reproductions of approved shop drawings and copies of approved 14 product data and samples, where required, to the job site file and elsewhere as 15 directed by the City. 16 a. Provide number of copies as directed by the City but not exceeding the number 17 previously specified. 18 K. Submittal Review 19 1. The review of shop drawings, data and samples will be for general conformance 20 with the design concept and Contract Documents. This is not to be construed as: 21 a. Permitting any departure from the Contract requirements 22 b. Relieving the Contractor of responsibility for any errors, including details, 23 dimensions, and materials 24 c. Approving departures from details furnished by the City, except as otherwise 25 provided herein 26 2. The review and approval of shop drawings, samples or product data by the City 27 does not relieve the Contractor from his/her responsibility with regard to the 28 fulfillment of the terms of the Contract. 29 a. All risks of error and omission are assumed by the Contractor, and the City will 30 have no responsibility therefore. 31 3. The Contractor remains responsible for details and accuracy, for coordinating the 32 Work with all other associated work and trades, for selecting fabrication processes, 33 for techniques of assembly and for performing Work in a safe manner. 34 4. If the shop drawings, data or samples as submitted describe variations and show a 35 departure from the Contract requirements which City finds to be in the interest of 36 the City and to be so minor as not to involve a change in Contract Price or time for 37 performance,the City may return the reviewed drawings without noting an 38 exception. 39 5. Submittals will be returned to the Contractor under 1 of the following codes: 40 a. Code 1 41 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 42 comments on the submittal. 43 a) When returned under this code the Contractor may release the 44 equipment and/or material for manufacture. 45 b. Code 2 46 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 47 the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 a) The Contractor may release the equipment or material for manufacture; 2 however,all notations and comments must be incorporated into the 3 final product. 4 c. Code 3 5 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 6 assigned when notations and comments are extensive enough to require a 7 resubmittal of the package. 8 a) The Contractor may release the equipment or material for manufacture; 9 however,all notations and comments must be incorporated into the 10 final product. 11 b) This resubmittal is to address all comments,omissions and 12 non-conforming items that were noted. 13 c) Resubmittal is to be received by the City within 15 Calendar Days of 14 the date of the City's transmittal requiring the resubmittal. 15 d. Code 4 16 1) "NOT APPROVED" is assigned when the submittal does not meet the 17 intent of the Contract Documents. 18 a) The Contractor must resubmit the entire package revised to bring the 19 submittal into conformance. 20 b) It may be necessary to resubmit using a different manufacturer/vendor 21 to meet the Contract Documents. 22 6. Resubmittals 23 a. Handled in the same manner as first submittals 24 1) Corrections other than requested by the City 25 2) Marked with revision triangle or other similar method 26 a) At Contractor's risk if not marked 27 b. Submittals for each item will be reviewed no more than twice at the City's 28 expense. 29 1) All subsequent reviews will be performed at times convenient to the City 30 and at the Contractor's expense,based on the City's or City 31 Representative's then prevailing rates. 32 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 33 all such fees invoiced by the City. 34 c. The need for more than 1 resubmission or any other delay in obtaining City's 35 review of submittals,will not entitle the Contractor to an extension of Contract 36 Time. 37 7. Partial Submittals 38 a. City reserves the right to not review submittals deemed partial,at the City's 39 discretion. 40 b. Submittals deemed by the City to be not complete will be returned to the 41 Contractor,and will be considered"Not Approved" until resubmitted. 42 c. The City may at its option provide a list or mark the submittal directing the 43 Contractor to the areas that are incomplete. 44 8. If the Contractor considers any correction indicated on the shop drawings to 45 constitute a change to the Contract Documents,then written notice must be 46 provided thereof to the City at least 7 Calendar Days prior to release for 47 manufacture. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with"01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 a U { u pad b a - d 5 a y tN Am 0 v n u° d E v e H Q .•� tU Qa x x x x x x bal 1XIX x xxx C L c dfiVoW Q. I x _ sa IXI � E Q N °3OaD� xxxx x x Q a I 0�00}317 x x xxxx xxx xxxx x x }r of N &"mc doW x x x x X aA-imyiWP x x x x M V o d o � " v 2 C M l7 n W N O � m v v c r ,o 3 ;� o f v ° A v in N r m 3 N v > i= o v o E m m o c c u o v ` N o a c m c r a N y c > > o 3 m " r a ¢ m a a a u v u E v Bv c O " v L 10 $ m a�i �' �' t •°- >' m Y Y w d m u x o 5 o v 2 E L ° v LL v ^ N c ° o o _� o v m° o r v u o a; v u ¢ v s o N v c = a J v m u u 2 v v o o m c ^ Y u E Y t o m o v c c m E �n z d v J a v u u t y >, m c a a c a � c m v o 3 y I °i o > a m � u ' lm y x Q `� c v a u° z v H E u � 2 o > a` a m H m �n D u a w a 'o •« a O d > O �..� N N N N C L N >•"� N m N N .�-1 . .�-1 . N . . N N . .�-1 a` o 0 0 o a s u n z o 0 0 0 0 0 0 0 o O g 0 0 0 0 o v u u rl l0 m m m 0 0 m - n O m m m m m 0 RIO o �'n 1p �D O m 0 0 .'-� ."� ."� N N N .�-� m m M .�-� .�-� .�-� N N m .� H N 1p N O� ° m m m m o .. m M m o 0 0 0 0 0 0 0 0 m m m e e e e N N m M m 0 0 0 0 0 0 o m m m m m m m m m m m m m m m m m m m m Z a d e N M, ,� z O L tip a d J *' O u cc � L 4.1 t+ o 2 3 E Nf U. 1'n 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work perfonned and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen 43 a. Measurement CITY OF FORT WORTH DURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification,unless a date is specifically cited. 18 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 21 Specification 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation(TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-0f--way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines(more than 600 volts measured between 34 conductors or between a conductor and the ground)shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A,Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 D. Air Pollution Watch Days 18 1. General 19 a. Observe the following guidelines relating to working on City construction sites 20 on days designated as "AIR POLLUTION WATCH DAYS". 21 b. Typical Ozone Season 22 1) May 1 through October 31. 23 c. Critical Emission Time 24 1) 6:00 a.m. to 10:00 a.m. 25 2. Watch Days 26 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 27 with the National Weather Service, will issue the Air Pollution Watch by 3:00 28 p.m. on the afternoon prior to the WATCH day. 29 b. Requirements 30 1) Begin work after 10:00 a.m. whenever construction phasing requires the 31 use of motorized equipment for periods in excess of 1 hour. 32 2) However, the Contractor may begin work prior to 10:00 a.m. if: 33 a) Use of motorized equipment is less than 1 hour, or 34 b) If equipment is new and certified by EPA as "Low Emitting", or 35 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 36 alternative fuels such as CNG. 37 E. TCEQ Air Permit 38 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 39 F. Use of Explosives, Drop Weight, Etc. 40 1. When Contract Documents permit on the project the following will apply: 41 a. Public Notification 42 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 43 prior to commencing. 44 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 2. Prepared notice as follows: 2 a. The notification or flyer shall be posted 24 hours prior to the temporary 3 interruption. 4 b. Prepare flyer on the contractor's letterhead and include the following 5 information: 6 1) Name of the project 7 2) City Project Number 8 3) Date of the interruption of service 9 4) Period the interruption will take place 10 5) Name of the contractor's foreman and phone number 11 6) Name of the City's inspector and phone number 12 c. A sample of the temporary water service interruption notification is attached as 13 Exhibit B. 14 d. Deliver a copy of the temporary interruption notification to the City inspector 15 for review prior to being distributed. 16 e. No interruption of water service can occur until the flyer has been delivered to 17 all affected residents and businesses. 18 f Electronic versions of the sample flyers can be obtained from the Project 19 Construction Inspector. 20 J. Coordination with United States Army Corps of Engineers (USAGE) 21 1. At locations in the Project where construction activities occur in areas where 22 USACE permits are required, meet all requirements set forth in each designated 23 permit. 24 K. Coordination within Railroad Permit Areas 25 1. At locations in the project where construction activities occur in areas where 26 railroad permits are required, meet all requirements set forth in each designated 27 railroad permit. This includes, but is not limited to,provisions for: 28 a. Flagmen 29 b. Inspectors 30 c. Safety training 31 d. Additional insurance 32 e. Insurance certificates 33 f. Other employees required to protect the right-of-way and property of the 34 Railroad Company from damage arising out of and/or from the construction of 35 the project. Proper utility clearance procedures shall be used in accordance 36 with the permit guidelines. 37 2. Obtain any supplemental information needed to comply with the railroad's 38 requirements. 39 3. Railroad Flagmen 40 a. Submit receipts to City for verification of working days that railroad flagmen 41 were present on Site. 42 L. Dust Control 43 1. Use acceptable measures to control dust at the Site. 44 a. If water is used to control dust, capture and properly dispose of waste water. 45 b. If wet saw cutting is performed, capture and properly dispose of slurry. 46 M. Employee Parking 47 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013513-6 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.B 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORTWORTH DOE 1I0.XXXX NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 3 _ 4 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 014523- I TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution(if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - 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 41 d. Contractor Payment for Construction Water CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Obtain construction water meter from City for payment as billed by City's 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 1) Provide power for lighting, operation of equipment,or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting,and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. 25 3.5 [REPAIR] / [RESTORATION] 26 3.6 RE-INSTALLATION 27 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.10 CLEANING [NOT USED] 2 3.11 CLOSEOUT ACTIVITIES 3 A. Temporary Facilities 4 1. Remove all temporary facilities and restore area after completion of the Work,to a 5 condition equal to or better than prior to start of Work. 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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. 39 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) Contractor's responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor's responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction,then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices(MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete,to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division,to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,20I2 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 5713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division,(817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 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 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 57 13-3 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 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION 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 JOR] 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 13URCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 5813-2 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 6000-1 PRODUCT REQUIREMENTS Page I of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 I SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 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. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or 36 environmental damage. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 location. 3 6. Provide manufacturer's instructions for storage and handling. 4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and 6 manufacturer's recommendations and instructions. 7 C. Storage Requirements 8 1. Store materials in accordance with manufacturer's recommendations and 9 requirements of these Specifications. 10 2. Make necessary provisions for safe storage of materials and equipment. 11 a. Place loose soil materials and materials to be incorporated into Work to prevent 12 damage to any part of Work or existing facilities and to maintain free access at 13 all times to all parts of Work and to utility service company installations in 14 vicinity of Work. 15 3. Keep materials and equipment neatly and compactly stored in locations that will 16 cause minimum inconvenience to other contractors,public travel, adjoining owners, 17 tenants and occupants. 18 a. Arrange storage to provide easy access for inspection. 19 4. Restrict storage to areas available on construction site for storage of material and 20 equipment as shown on Drawings, or approved by City's Project Representative. 21 5. Provide off-site storage and protection when on-site storage is not adequate. 22 a. Provide addresses of and access to off-site storage locations for inspection by 23 City's Project Representative. 24 6. Do not use lawns,grass plots or other private property for storage purposes without 25 written permission of owner or other person in possession or control of premises. 26 7. Store in manufacturers' unopened containers. 27 8. Neatly, safely and compactly stack materials delivered and stored along line of 28 Work to avoid inconvenience and damage to property owners and general public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep public and private driveways and street crossings open. 31 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 32 satisfaction of City's Project Representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet,unless otherwise approved in writing by City's 35 Project Representative. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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 13URCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page ] of 4 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7000-2 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 famished 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7000-3 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 11 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.I.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.I.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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20.2012 01 7000-4 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page I of 4 1 SECTION 01 7123 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 01 33 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7123-2 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. 11 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 famished 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 71 23-3 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7123-4 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 BUR,CHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7423-1 CLEANING Page I of 4 1 SECTION 01 74 23 2 CLEANING 3 PART 1 - 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 33 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7423-3 CLEANING Page 3 of 4 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Interior Final Cleaning 21 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 22 foreign materials from sight-exposed surfaces. 23 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 24 3. Wash and shine glazing and mirrors. 25 4. Polish glossy surfaces to a clear shine. 26 5. Ventilating systems 27 a. Clean permanent filters and replace disposable filters if units were operated 28 during construction. 29 b. Clean ducts, blowers and coils if units were operated without filters during 30 construction. 31 6. Replace all burned out lammps. 32 7. Broom clean process area floors. 33 8. Mop office and control room floors. 34 D. Exterior(Site or Right of Way) Final Cleaning 35 1. Remove trash and debris containers from site. 36 a. Re-seed areas disturbed by location of trash and debris containers in accordance 37 with Section 32 92 13. 38 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 39 that may hinder or disrupt the flow of traffic along the roadway. 40 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 41 junction boxes and inlets. 42 4. If no longer required for maintenance of erosion facilities, and upon approval by 43 City, remove erosion control from site. 44 5. Clean signs, lights, signals, etc. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7423-4 CLEANING Page 4 of 4 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 77 19- 1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 Of 7719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section 0178 39 8 2. Operation and Maintenance Data,if required, in accordance with Section 01 78 23 9 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning,provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection,the City will notify the Contractor,in 16 writing within 10 business days,of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. Upon completion of Work associated with the items listed in the City's written 22 notice,inform the City,that the required Work has been completed. Upon receipt 23 of this notice,the City, in the presence of the Contractor,will make a subsequent 24 Final Inspection of the project. 25 4. Provide all special accessories required to place each item of equipment in full 26 operation. These special accessory items include,but are not limited to: 27 a. Specified spare parts 28 b. Adequate oil and grease as required for the first lubrication of the equipment 29 c. Initial fill up of all chemical tanks and fuel tanks 30 d. Light bulbs 31 e. Fuses 32 f. Vault keys 33 g. Handwheels 34 h. Other expendable items as required for initial start-up and operation of all 35 equipment 36 D. Notice of Project Completion 37 1. Once the City Project Representative finds the Work subsequent to Final Inspection 38 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 39 E. Supporting Documentation 40 1. Coordinate with the City Project Representative to complete the following 41 additional forms: 42 a. Final Payment Request 43 b. Statement of Contract Time CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 c. Affidavit of Payment and Release of Liens 2 d. Consent of Surety to Final Payment 3 e. Pipe Report(if required) 4 f. Contractor's Evaluation of City 5 g. Performance Evaluation of Contractor 6 F. Letter of Final Acceptance 7 1. Upon review and acceptance of Notice of Project Completion and Supporting 8 Documentation, in accordance with General Conditions, City will issue Letter of 9 Final Acceptance and release the Final Payment Request for payment. 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 22 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7823-I OPERATION AND MAINTENANCE DATA Pagel 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Rclations of component parts of equipmcnt 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings 37 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.I —title of section removed 5 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 79 39- 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7839-2 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 BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 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. 48 c. Call attention to each entry by drawing a "cloud" around the area or areas 49 affected. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly,consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents,other than Drawings,have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents,other than Drawings,will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 24 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 DIVISION 31 EARTHWORK 31 23 16-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 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 3. Section 31 24 00—Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement" will be paid for at the unit 35 price bid per cubic yard of"Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 41 3) Drying 42 4) Dust Control CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01712 Revised per Addendum No.4 issued 3/3/16 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 1.3 REFERENCES [NOT USED] 7 A. Definitions 8 1. Unclassified Excavation—Without regard to materials, all excavations shall be 9 considered unclassified and shall include all materials excavated. Any reference to 10 Rock or other materials on the Drawings or in the specifications is solely for the 11 City and the Contractor's information and is not to be taken as a classification of 12 the excavation. 13 1.4 ADMINSTRATIVE REQUIREMENTS 14 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 15 01. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Excavation Safety 22 1. The Contractor shall be solely responsible for making all excavations in a safe 23 manner. 24 2. All excavation and related sheeting and bracing shall comply with the requirements 25 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 26 1.10 DELIVERY, STORAGE,AND HANDLING 27 A. Storage 28 1. Within Existing Rights-of-Way(ROW) 29 a. Soil may be stored within existing ROW,easements or temporary construction 30 easements,unless specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways,inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. When the Work is performed in active traffic areas, store materials only in 34 areas barricaded as provided in the traffic control plans. 35 e. In non-paved areas,do not store material on the root zone of any trees or in 36 landscaped areas. 37 2. Designated Storage Areas 38 a. If the Contract Documents do not allow the storage of spoils within the ROW, 39 easement or temporary construction easement,then secure and maintain an 40 adequate storage location. CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01712 Revised per Addendum No.4 issued 3/3/16 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 2.1 OWNER-FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off-site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01712 Revised per Addendum No.4 issued 3/3/16 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings,use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings,use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR[NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation,Contractor provides fill material approved by the City 20 at no expense to the City. 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 [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 29 CITY OF FORT WORTH Burchill Channel Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01712 Revised per Addendum No.4 issued 3/3/16 DIVISION 32 EXTERIOR IMPROVEMENTS 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts (water, sanitary sewer,drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 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 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 34 16—Concrete Base Material for Trench Repair 19 4. Section 32 12 16—Asphalt Paving 20 5. Section 32 13 13 —Concrete Paving 21 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) Measurement for this Item will be by the square yard of Asphalt Pavement 27 Repair based on the pavement repair details specified in the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement" will be paid for at the unit 31 price bid price per square yard of Asphalt Pavement Repair. 32 c. The price bid shall include: 33 1) Preparing final surfaces 34 2) Furnishing, loading, unloading, storing, hauling and handling all materials 35 including freight and royalty 36 3) Traffic control for all testing 37 4) Asphalt, aggregate, and additive 38 5) Materials and work needed for corrective action 39 6) Trial batches 40 7) Tack coat 41 8) Removal and/or sweeping excess material CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 2. Asphalt Pavement Repair for Utility Service Trench 2 a. Measurement 3 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 4 Repair centered on the proposed sewer service line measured from the face 5 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"will be paid for at the unit 9 price bid price per linear foot of"Asphalt Pavement Repair, Service" 10 installed for: 11 a) Various types of utilities 12 c. The price bid shall include: 13 1) Preparing final surfaces 14 2) Furnishing, loading,unloading, storing,hauling and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing 17 4) Asphalt,aggregate,and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat 21 8) Removal and/or sweeping excess material 22 3. Asphalt Pavement Repair Beyond Defined Width 23 a. Measurement 24 1) Measurement for this Item will be by the square yard for asphalt pavement 25 repair beyond pay limits of the defined width of Asphalt Pavement Repair 26 by roadway classification specified in the Drawings. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" will be paid for at the unit 30 price bid per square yard of Asphalt Pavement Repair Beyond Defined 31 Width. 32 c. The price bid shall include: 33 1) Preparing final surfaces 34 2) Furnishing,loading,unloading, storing,hauling and handling all materials 35 including freight and royalty 36 3) Traffic control for all testing 37 4) Asphalt, aggregate, and additive 38 5) Materials and work needed for corrective action 39 6) Trial batches 40 7) Tack coat 41 8) Removal and/or sweeping excess material 42 4. Extra Width Asphalt Pavement Repair 43 a. Measurement 44 1) Measurement for this Item will be by the square yard for surface repair 45 (does not include base repair)for: 46 a) Various thicknesses 47 b. Payment 48 1) The work performed and materials furnished in accordance with this Item 49 and measured as provided under"Measurement"will be paid for at the unit 50 price bid per square yard of Extra Width Asphalt Pavement Repair CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 c. The price bid shall include: 2 1) Preparing final surfaces 3 2) Furnishing, loading, unloading, storing, hauling and handling all materials 4 including freight and royalty 5 3) Traffic control for all testing 6 4) Asphalt, aggregate, and additive 7 5) Materials and work needed for corrective action 8 6) Trial batches 9 7) Tack coat 10 8) Removal and/or sweeping excess material 11 1.3 REFERENCES 12 A. Definitions 13 1. H.M.A.C.—Hot Mix Asphalt Concrete 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Permitting 16 1. Obtain Street Use Pen-nit to make utility cuts in the street from the Transportation 17 and Public Works Department in conformance with current ordinances. 18 2. The Transportation and Public Works Department will inspect the paving repair 19 after construction. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.11 DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.12 FIELD CONDITIONS 28 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 29 rising unless otherwise approved. 30 1.13 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 MATERIALS 34 A. Backfill 35 1. See Section 33 05 10. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 B. Base Material 2 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 3 2. Concrete Base: See Section 32 13 13. 4 C. Asphalt Paving: see Section 32 12 16. 5 1. H.M.A.C. paving: Type D. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Surface Preparation 13 1. Mark pavement cut for repairs for approval by the City. 14 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 15 3.4 INSTALLATION 16 A. General 17 1. Equipment 18 a. Use machine intended for cutting pavement. 19 b. Milling machines may be used as long as straight edge is maintained. 20 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 21 3. Utility Cuts 22 a. In a true and straight line on both sides of the trench 23 b. Minimum of 12 inches outside the trench walls 24 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 25 gutter and the edge of the trench repair,remove the existing paving to such 26 gutter. 27 4. Limit dust and residues from sawing from entering the atmosphere or drainage 28 facilities. 29 B. Removal 30 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 31 area. 32 C. Base 33 1. Install replacement base material as specified in Drawings. 34 D. Asphalt Paving 35 1. H.M.A.0 placement: in accordance with Section 32 12 16 36 2. Type D surface mix 37 3. Depth: as specified in Drawings 38 4. Place surface mix in lifts not to exceed 3 inches. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 5. Last or top lift shall not be less than 2 inches thick. 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 15 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 321613- 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 1.2.A.3 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 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials, including foundation course, 31 reinforcing steel, and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement" will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 c. The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials,including foundation course, 4 reinforcing steel, and expansion material 5 3. Curb Cut Flume 6 a. Measurement 7 1) Measurement for this Item shall be by the each. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement"will be paid for at the unit 11 price bid per each Curb Cut Flume complete and in place. 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 ACTION SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 20 1.11 FIELD CONDITIONS 21 A. Weather Conditions: See Section 32 13 13. 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT AND MATERIALS 26 A. Forms: See Section 32 13 13. 27 B. Concrete: See Section 32 13 13. 28 C. Reinforcement: See Section 32 13 13. 29 D. Joint Filler 30 1. Wood Filler: see Section 32 13 13. 31 2. Pre-Molded Asphalt Board Filler 32 a. Use only in areas where not practical for wood boards 33 b. Pre-molded asphalt board filler: ASTM D545 34 c. Install the required size and uniform thickness and as specified in the Drawings. 35 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 36 mixture of asphalt and vegetable fiber and/or mineral filler. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 E. Expansion Joint Sealant: See Section 32 13 73. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED) 7 3.3 PREPARATION 8 A. Demolition/Removal: See Section 02 41 13. 9 3.4 INSTALLATION 10 A. Forms 11 1. Extend forms the full depth of concrete. 12 2. Wood forms: minimum of 1-1/2 inches in thickness 13 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 14 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 15 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 16 rejected. 17 B. Reinforcing Steel 18 1. Place all necessary reinforcement for City approval prior to depositing concrete. 19 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 20 foreign substances. 21 3. Remove foreign substances from steel before placing. 22 4. Wire all bars at their intersections and at all laps or splices. 23 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 24 greater. 25 C. Concrete Placement 26 1. Deposit concrete to maintain a horizontal surface. 27 2. Work concrete into all spaces and around any reinforcement to form a dense mass 28 free from voids. 29 3. Work coarse aggregate away from contact with the forms 30 4. Hand-Laid Concrete—Curb and gutter 31 a. Shape and compact subgrade to the lines, grades and cross section shown on the 32 Drawings. 33 b. Lightly sprinkle subgrade material immediately before concrete placement. 34 c. Deposit concrete into forms. 35 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 36 finished curb, unless otherwise approved. 37 5. Machine-Laid Concrete—Curb and Gutter 38 a. Hand-tamp and sprinkle subgrade material before concrete placement. 39 b. Provide clean surfaces for concrete placement. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 c. Place the concrete with approved self-propelled equipment. 2 1) The forming tube of the extrusion machine or the form of the slipform 3 machine must easily be adjustable vertically during the forward motion of 4 the machine to provide variable heights necessary to conform to the 5 established gradeline. 6 d. Attach a pointer or gauge to the machine so that a continual comparison can be 7 made between the extruded or slipform work and the grade guideline. 8 e. Brush finish surfaces immediately after extrusion or slipforming. 9 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 10 7. Expansion joints 11 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 12 intersection returns and other rigid structures. 13 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 14 pavement j oints to a depth of 1-1/2 inches. 15 c. Place expansion joints at all intersections with concrete driveways, curbs, 16 buildings and other curb and gutters. 17 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 18 depth of the concrete. 19 e. Make expansion joints perpendicular and at right angles to the face of the curb. 20 f. Neatly trim any expansion material extending above the finished to the surface 21 of the finished work. 22 g. Make expansion joints in the curb and gutter coincide with the concrete 23 expansion joints. 24 h. Longitudinal dowels across the expansion joints in the curb and gutter are 25 required. 26 i. Install 3 No. 4 round, smooth bars,24 inches in length, for dowels at each 27 expansion joint. 28 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 29 provides a minimum of 1 inch free expansion. 30 k. Support dowels by an approved method. 31 D. Curing: see Section 32 13 13. 32 3.5 REPAIR/RESTORATION [NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL [NOT USED] 35 3.8 SYSTEM STARTUP [NOT USED] 36 3.9 ADJUSTING [NOT USED] 37 3.10 CLEANING [NOT USED] 38 3.11 CLOSEOUT ACTIVITIES [NOT USED] 39 3.12 PROTECTION [NOT USED] 40 3.13 MAINTENANCE [NOT USED] 41 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 3 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3201 1723-1 SEGMENTAL RETAINING WALLS Page 1 of 3 1 SECTION 32 32 23 2 SEGMENTAL RETAINING WALLS 3 PART1 - GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General Supplementary 6 Conditions and Division 01 Specification Sections, apply to this Section. 7 1.2 SUMMARY 8 A. This Section includes single-depth or multi-depth segmental retaining walls with and 9 without soil reinforcement. Contractor shall provide complete design and installation of 10 retaining walls within the limits indicated upon design plans. Design shall include 11 internal and external stability calculations, including soil shear strength testing and 12 selected design values if different than those provided on plans. Contractor is 13 responsible for installation, site cleanup, restoration and coordination with the City of 14 Fort Worth. Design calculations shall be submitted for verification prior to initiation of 15 wall construction. 16 B. Related Sections include the following: 17 1. Section 31 23 16 "Unclassified Excavation"for excavation for segmental retaining 18 walls. 19 2. Section 03 30 00 "Cast-In-Place Concrete"for retaining wall footings. 20 1.3 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Segmental Retaining Wall 23 a. Measurement 24 1) Measurement for this Item shall be by the square foot of Segmental 25 Retaining Wall 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 bid per square foot of Segmental Retaining Wall complete and in 30 place. 31 2) The price bid shall be full compensation for segmental retaining wall 32 system and installation including blocks, wall foundation, earth 33 reinforcement, imported backfill, leveling pad, wall drainage, excavation 34 and removal of existing material, and daylight embankment grading. 35 1.4 PERFORMANCE REQUIREMENTS 36 A. Structural Performance: Provide segmental retaining walls capable of withstanding the 37 effects of gravity loads due to soil pressures resulting from grades indicated, and 38 determined according to NCMA's"Design Manual for Segmental Retaining Walls." 39 1. Include the effects of sloped backfill as indicated on Drawings. 40 B. Drainage: Provide segmental retaining wall drainage system capable of preventing 41 accumulation of groundwater in retained soils and in retaining wall foundation soils. BURCHILL CHANNEL DRAINAGE IMPROVEMENTS CITY PROJECT NO.01712 3201 1723-2 SEGMENTAL RETAINING WALLS Page 2 of 3 1 1.5 SUBMITTALS 2 A. Submit design calculations for internal and external stability,including shear strength 3 values and determination of design values if different from those provided on plans. 4 Calculations to be sealed by the qualified professional engineer responsible for their 5 preparation. 6 B. Product Data: For each type of product indicated. 7 1. For installed systems indicated to comply with design loads, include structural 8 analysis data signed and sealed by the qualified professional engineer responsible 9 for their preparation. 10 C. Wall drainage system design. 11 D. Wall Installation Plan,including: 12 1. Foundation preparation plan. 13 2. Fill placement plan. 14 E. Samples for Initial Selection: For concrete units. 15 F. Qualification Data: For Installer,professional engineer and testing agency. 16 G. Preconstruction Test Reports: For segmental retaining wall system. 17 H. Product Test Reports: Based on evaluation of comprehensive tests performed by a 18 qualified testing agency or by manufacturer and witnessed by a qualified testing 19 agency, for segmental retaining wall units and soil reinforcement. 20 I. Product Certificates: For segmental retaining wall units and soil reinforcement, signed 21 by product manufacturer. 22 1. Include test data for shear strength between segmental retaining wall units 23 according to NCMA SRWU-2. 24 2. Include test data for connection strength between segmental retaining wall units and 25 soil reinforcement according to NCMA SRWU-1. 26 1.6 QUALITY ASSURANCE 27 A. Preconstruction Testing Service: Engage a qualified independent testing agency to 28 perform the following preconstruction testing: 29 1. Testing Agency Qualifications: An independent agency qualified according to 30 ASTM E329 for testing indicated,as documented according to ASTM E548. 31 2. Test for soil parameters needed for complete wall design as described in 1.02 and 32 1.04. 33 3. Test soil reinforcement and backfill materials for pullout behavior according to GRI 34 GG5 or GRI GT6. 35 4. Test soil reinforcement and backfill materials for coefficient of friction according to 36 ASTM D5321. 37 1.7 DELIVERY,STORAGE,AND HANDLING 38 A. Store and handle concrete units and accessories to prevent deterioration or damage due 39 to moisture,temperature changes,contaminants,breaking, chipping, or other causes. BURCHILL CHANNEL DRAINAGE IMPROVEMENTS CITY PROJECT NO.01712 3201 1723-3 SEGMENTAL RETAINING WALLS Page 3 of 3 1 B. Store geosynthetics in manufacturer's original packaging with labels intact. Store on 2 elevated platforms,protected from moisture, sunlight, chemicals, flames,temperatures 3 above 160 F (71 C) or below 32 F (0 C), and other conditions that might damage them. 4 Verify identification of geosynthetics before using and examine them for defects as 5 material is placed. 6 PART 2- PRODUCTS 7 2.1 MANUFACTURERS 8 A. Manufacturers: Subject to compliance with requirements,provide products by one of 9 the following: 10 1. Segmental Retaining Wall Units: 11 a. Licensees of Redi-Rock 12 b. Licensees of MagnumStone 13 c. Licensees of Stone Strong, LLC. 14 d. Licensees of ReCon Wall Systems, Inc. 15 e. Big Block,Inc. Q 16 PART 3- EXECUTION 17 3.1 FIELD QUALITY CONTROL 18 A. Testing Agency: Owner will engage a qualified independent geotechnical engineering 19 testing agency to perform field quality-control testing. 20 B. Perform in-place compaction testing. 21 1. In each compacted backfill layer,perform at least one field in-place compaction test 22 for each 150 feet(50 m)or less of segmental retaining wall length. 23 3.2 ADJUSTING AND CLEANING 24 A. Remove and replace segmental retaining wall construction of the following description: 25 1. Broken, chipped, stained, or otherwise damaged units. Units may be repaired if 26 methods and results are approved by Architect. 27 2. Segmental retaining walls that do not match approved samples. 28 3. Segmental retaining walls that do not comply with other requirements indicated. 29 B. Replace units so segmental retaining wall matches approved samples and mockups, 30 complies with other requirements, and shows no evidence of replacement. 31 3.3 CONSTRUCTION TOLERANCES 32 A. Variation from Level: For bed joint lines along walls, do not exceed 1-1/4 inches in 10 33 feet(32 mm in 3 m), 3 inches (75 mm)maximum. 34 B. Variation from Indicated Batter: For slope of wall face, do not vary from indicated 35 slope by more than 1-1/4 inches in 10 feet(32 mm in 3 m). 36 C. Variation from Indicated Wall Line: For walls indicated as straight, do not vary from 37 straight line by more than 1-1/4 inches in 10 feet(32 mm in 3 m). 38 END OF SECTION BURCHILL CHANNEL DRAINAGE IMPROVEMENTS CITY PROJECT NO.01712 329213- 1 HYDROMULCHING,SEEDING AND SODDING Page 1 of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and pennanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 3.4.C, 1.2.4 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 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement" will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering (until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement" will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing (until established) 41 6) Disposal of surplus materials CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 3. Mowing 2 a. Measurement 3 1) Measurement for this Item shall per each. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement"will be paid for at the unit 7 price bid per each. 8 4. Soil Retention Blanket 9 a. Measurement 10 1) Measurement for this Item shall be by the square yard of blanket installed. 11 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 bid per square yard of Soil Retention Blanket. 15 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 ACTION SUBMITTALS [NOT USED] 19 1.6 INFORMATIONAL SUBMITTALS 20 A. Seed 21 1. Vendors' certification that seeds meet Texas State seed law including: 22 a. Testing and labeling for pure live seed(PLS) 23 b. Name and type of seed 24 2. All seed shall be tested in a laboratory with certified results presented to the City in 25 writing,prior to planting. 26 3. All seed to be of the previous season's crop and the date on the container shall be 27 within 12 months of the seeding date. 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 32 A. Block Sod 33 1. Protect from exposure to wind, sun and freezing. 34 2. Keep stacked sod moist. 35 B. Seed 36 1. If using native grass or wildflower seed, seed must have been harvested within 100 37 miles of the construction site. 38 2. Each species of seed shall be supplied in a separate,labeled container for 39 acceptance by the City. 40 C. Fertilizer 41 1. Provide fertilizer labeled with the analysis. 42 2. Conform to Texas fertilizer law. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3292 13-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 MATERIALS AND EQUIPMENT 6 A. Materials 7 1. Block Sod 8 a. Sod Varieties (match existing if applicable) 9 1) "Stenotaphrum secundatum" (St. Augustine grass) 10 2) "Cynodon dactylon" (Common Bermudagrass) 11 3) "Buchloe dactyloides" (Buffalograss) 12 4) an approved hybrid of Common Bermudagrass 13 5) or an approved Zoysiagrass 14 b. Sod must contain stolons, leaf blades, rhizomes and roots. 15 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 16 foreign materials and weeds and grasses deleterious to its growth or which 17 might affect its subsistence or hardiness when transplanted. 18 d. Minimum sod thickness: 3/4 inch 19 e. Maximum grass height: 2 inches 20 f. Acceptable growing beds 21 1) St. Augustine grass sod: clay or clay loam topsoil 22 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 23 g. Dimensions 24 1) Machine cut to uniform soil thickness. 25 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 26 handled and rolled without breaking. 27 h. Broken or torn sod or sod with uneven ends shall be rejected. 28 2. Seed 29 a. General 30 1) Plant all seed at rates based on pure live seed(PLS) 31 a) Pure Live Seed(PLS)determined using the formula: 32 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination + 33 Percent Firm or Hard Seed)+ 100] 34 2) Availability of Seed 35 a) Substitution of individual seed types due to lack of availability may be 36 permitted by the City at the time of planting. 37 b) Notify the City prior to bidding of difficulties locating certain species. 38 3) Weed seed 39 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 40 and other material in the mixture 41 b) Seed not allowed: 42 (1) Johnsongrass 43 (2) Nutgrass seed 44 4) Harvest seed within 1-year prior to planting 45 b. Non-native Grass Seed 46 1) Plant between April 15 and September 10 47 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 1 2 2) Plant between September 10 and April 15 3 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 4 5 c. Native Grass Seed 6 1) Plant between February 1 and October 1. 7 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 8 9 d. Wildflower Seed 10 1) Plant between the following: 11 a) March 5 and May 31 12 b) September 1 and December 1 13 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifcda 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 14 *not to be planted within ten feet of a road or parking lot or within three feet of a 15 walkway 16 17 e. Temporary Erosion Control Seed CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 3292 13-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 1) Consist of the sowing of cool season plant seeds. 2 3. Mulch 3 a. For use with conventional mechanical or hydraulic planting of seed. 4 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 5 (waste products from paper mills or recycled newspaper). 6 c. No growth or germination inhibiting factors. 7 d. No more than ten percent moisture, air dry weight basis. 8 e. Additives: binder in powder form. 9 f. Form a strong moisture retaining mat. 10 4. Fertilizer 11 a. Acceptable condition for distribution 12 b. Applied uniformly over the planted area 13 c. Analysis 14 1) 16-20-0 15 2) 16-8-8 16 d. Fertilizer rate: 17 1) Not required for wildflower seeding 18 2) Newly established seeding areas - 100 pounds of nitrogen per acre 19 3) Established seeding areas - 150 pounds of nitrogen per acre 20 5. Topsoil: See Section 32 91 19. 21 6. Water: clean and free of industrial wastes or other substances harmful to the 22 germination of the seed or to the growth of the vegetation. 23 7. Soil Retention Blanket 24 a. "Curlex I" from American Excelsior, 900 Ave. H East,Post Office Box 5624, 25 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 26 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 3.1 INSTALLERS [NOT USED 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. Surface Preparation: clear surface of all material including: 34 1. Stumps, stones, and other objects larger than one inch. 35 2. Roots, brush, wire, stakes, etc. 36 3. Any objects that may interfere with seeding or maintenance. 37 B. Tilling 38 1. Compacted areas: till 1 inch deep 39 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 40 seed/water run-off 41 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 3.4 INSTALLATION 2 A. Block Sodding 3 1. General 4 a. Place sod between curb and walk and on terraces that is the same type grass as 5 adjacent grass or existing lawn. 6 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 7 average first freeze in the fall. 8 2. Installation 9 a. Plant sod specified after the area has been completed to the lines and grades 10 shown on the Drawings with 6 inches of topsoil. 11 b. Use care to retain native soil on the roots of the sod during the process of 12 excavating,hauling and planting. 13 c. Keep sod material moist from the time it is dug until planted. 14 d. Place sod so that the entire area designated for sodding is covered. 15 e. Fill voids left in the solid sodding with additional sod and tamp. 16 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 17 slope. 18 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 19 firm earth in areas that may slide due to the height or slope of the surface or 20 nature of the soil. 21 3. Watering and Finishing 22 a. Furnish water as an ancillary cost to Contractor by means of temporary 23 metering/irrigation,water truck or by any other method necessary to achieve 24 an acceptable stand of turf as defined in 3.13.B. 25 b. Thoroughly water sod immediately after planted. 26 c. Water until established. 27 d. Generally, an amount of water that is equal to the average amount of rainfall 28 plus 1/2 inch per week should be applied until accepted. If applicable,plant 29 large areas by irrigation zones to ensure areas are watered as soon as they are 30 planted. 31 B. Seeding 32 1. General 33 a. Seed only those areas indicated on the Drawings and areas disturbed by 34 construction. 35 b. Mark each area to be seeded in the field prior to seeding for City approval. 36 2. Broadcast Seeding 37 a. Broadcast seed in 2 directions at right angles to each other. 38 b. Harrow or rake lightly to cover seed. 39 c. Never cover seed with more soil than twice its diameter. 40 d. For wildflower plantings: 41 1) Scalp existing grasses to 1 inch 42 2) Remove grass clippings, so seed can make contact with the soil. 43 3. Mechanically Seeding(Drilling): 44 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 45 b. All varieties of seed and fertilizer may be distributed at the same time provided 46 that each component is uniformly applied at the specified rate. 47 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 48 drill. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 d. Drill on the contour of slopes 2 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 3 of the "Cultipacker"type. 4 f. Roll slope areas on the contour. 5 4. Hydromulching 6 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 7 1) Mixture is uniformly suspended to form a homogenous slurry. 8 2) Mixture forms a blotter-like ground cover impregnated uniformly with 9 grass seed. 10 3) Mixture is applied within 30 minutes after placed in the equipment. 11 b. Placing 12 1) Uniformly distribute in the quantity specified over the areas shown on the 13 Drawings or as directed. 14 5. Fertilizing: uniformly apply fertilizer over seeded area. 15 6. Watering 16 a. Furnish water by means of temporary metering/irrigation, water truck or by 17 any other method necessary to achieve an acceptable stand of turf as defined in 18 3.13.13. 19 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 20 c. Water as direct by the City at least twice daily for 14 days after seeding in such 21 a manner as to prevent washing of the slopes or dislodgement of the seed. 22 d. Water until final acceptance. 23 e. Generally, an amount of water that is equal to the average amount of rainfall 24 plus 1/2 inch per week should be applied until accepted. 25 C. Soil Retention Blanket 26 1. Install Soil Retention Blanket per manufacturer's recommendations. 27 2. Install the blanket in the direction of flow where possible. 28 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE 38 A. Block Sodding 39 1. Water and mow sod until completion and final acceptance of the Project or as 40 directed by the City. 41 2. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil) and is free from dead blocks of sod. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 B. Seeding 2 1. Water and mow sod until completion and final acceptance of the Project or as 3 directed by the City. 4 2. Maintain the seeded area until each of the following is achieved: 5 a. Vegetation is evenly distributed 6 b. Vegetation is free from bare areas 7 3. Turf will be accepted once fully established. 8 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 9 cycle performed by the Contractor prior to consideration of acceptance by the 10 City. 11 C. Rejection 12 1. City may reject block sod or seeded area on the basis of weed populations. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 DIVISION 33 UTILITIES 33 01 30- 1 SEWER AND MANHOLE TESTING Pagel of 5 1 SECTION 33 01 30 2 SEWER AND MANHOLE TESTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel)test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. Section 3.4. C. 3. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1 —General Requirements 23 3. Section 03 80 00—Modifications to Existing Concrete Structures 24 4. Section 33 04 50—Cleaning of Sewer Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 34 (pipe)complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing(pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. If requested by City,provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air Test(Pipe) 30 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 31 2. Plug ends of all branches,laterals,tees,wyes, and stubs to be included in test. 32 B. Deflection(mandrel)test(Pipe) 33 1. Perform as last work item before final inspection. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 33 01 30-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 2 3. Materials 3 a. Mandrel used for deflection test 4 1) Use of an uncertified mandrel or a mandrel altered or modified after 5 certification will invalidate the deflection test. 6 2) Mandrel requirements 7 a) Odd number of legs with 9 legs minimum 8 b) Effective length not less than its nominal diameter 9 c) Fabricated of rigid and nonadjustable steel 10 d) Fitted with pulling rings and each end 11 e) Stamped or engraved on some segment other than a runner indicating 12 the following: 13 (1) Pipe material specification 14 (2) Nominal size 15 (3) Mandrel outside diameter(OD) 16 f) Mandrel diameter must be 95 percent of inside diameter(ID) of pipe. 17 C. Vacuum test(Manhole) 18 1. Plug lifting holes and exterior joints. 19 2. Plug pipes and stubouts entering the manhole. 20 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 21 is drawn. 22 4. Plug pipes with drop connections beyond drop. 23 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 A. Low pressure air test (Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. 28 3. After the stabilization period (3.5 psig minimum pressure)start the stop watch. 29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 30 psig. Minimum permissible pressure holding time per diameter per length of pipe 31 is computed from the following equation: 32 33 T = (0.0850*D*K) 34 Q 35 Where: 36 T = shortest time, seconds,allowed for air pressure to drop to 1.0 psig 37 K=0.000419*D*L, but not less than 1.0 38 D =nominal pipe diameter, inches 39 L = length of pipe being tested(by pipe size), feet 40 Q= 0.00 15, cubic feet per minute per square foot of internal surface 41 5. UNI-13-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch 42 through 60-inch based on the equation above. 43 6. Stop test if no pressure loss has occurred during the first 25 percent of the 44 calculated testing time. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20.2012 330130-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 B. Deflection (mandrel)test(Pipe) 2 1. For pipe 36 inches and smaller,the mandrel is pulled through the pipe by hand to 3 ensure that maximum allowable deflection is not exceeded. 4 2. Maximum percent deflection by pipe size is as follows: 5 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 6 7 C. Vacuum test(Manhole) 8 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 9 2. With the valve closed,read the level vacuum level after the required test time. 10 11 Depth e€ 4-feet Dig `pia g-feet Die Mann � geeends see@*& Seeexds S 20 2b 33 4-9 2-5 33 4� 4-2 30 39 41 44 3-5 43 33 46 49 33 67- 4-8 49 -59 73 T=5 T=4.4 T-=S 12 " 13 diameter-for-eaeh 2 feet of additional depth of ffHmhele to the tifne shown for- 19 feet 14 , 4 feet diafaeteF. Total test time weiald be 70 15 16 3. After a minimum time of 2 minutes,a vacuum drop of no greater than 1 inch of 17 mercury may occur. 18 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 19 failed the test. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL 23 A. Non-Conforming Work 24 1. Low pressure air test 25 a. Should the air test fail, find and repair leak(s)and retest. 26 2. Deflection(mandrel)test(Pipe) 27 a. Should the mandrel fail to pass,the pipe is considered overdeflected. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 1 b. Uncover overdeflected pipe. Reinstall if not damaged. 2 c. If damaged, remove and replace. 3 3. Vacuum test(Manhole) 4 a. Should the vacuum test fail, repair suspect area and retest. 5 1) External repairs required for leaks at pipe connection to manhole. 6 a) Shall be in accordance with Section 03 80 00. 7 2) Leaks within the manhole structure may be repaired internally or 8 externally. 9 3.8 SYSTEM STARTUP ]NOT USED] 10 3.9 ADJUSTING ]NOT USED] 11 3.10 CLEANING ]NOT USED] 12 3.11 CLOSEOUT ACTIVITIES ]NOT USED] 13 3.12 PROTECTION ]NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS ]NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 33 05 10- 1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I of 19 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. Section 3.4. D. 1. c. 26 2. Section 3.4. D. 1. c. 1. 27 3. Section 3.4. D. 3. b. 28 4. Section 3.4. D. 4. b. 29 5. Section 3.4. D. 8. b. 30 C. Related Specification Sections include, but are not necessarily limited to: 31 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 32 Contract 33 2. Division 1 —General Requirements 34 3. Section 02 41 13 —Selective Site Demolition 35 4. Section 02 41 15 —Paving Removal 36 5. Section 02 41 14—Utility Removal/Abandonment 37 6. Section 03 30 00—Cast-in-place Concrete 38 7. Section 03 34 13 —Controlled Low Strength Material (CLSM) 39 8. Section 31 10 00—Site Clearing 40 9. Section 3125 00—Erosion and Sediment Control 41 10. Section 33 05 26—Utility Markers/Locators CITY OF FORT WORTH BURCHILL CHANNEL,DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Re%ised June 19,2013 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 19 1 11. Section 34 71 13—Traffic Control 2 1.2 PRICE AND PAYMENT PROCEDURES 3 A. Measurement and Payment 4 1. Trench Excavation, Embedment and Backfill associated with the installation of an 5 underground utility or excavation 6 a. Measurement 7 1) This Item is considered subsidiary to the installation of the utility pipe line 8 as designated in the Drawings. 9 b. Payment 10 1) The work performed and the materials fumished in accordance with this 11 Item are considered subsidiary to the installation of the utility pipe for the 12 type of embedment and backfill as indicated on the plans.No other 13 compensation will be allowed. 14 2. Imported Embedment or Backfill 15 a. Measurement 16 1) Measured by the cubic yard as delivered to the site and recorded by truck 17 ticket provided to the City 18 b. Payment 19 1) Imported fill shall only be paid when using materials for embedment and 20 backfill other than those identified in the Drawings. The work performed 21 and materials fumished in accordance with pre-bid item and measured as 22 provided under"Measurement"will be paid for at the unit price bid per 23 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 24 a) Various embedment/backfill materials 25 c. The price bid shall include: 26 1) Furnishing backfill or embedment as specified by this Specification 27 2) Hauling to the site 28 3) Placement and compaction of backfill or embedment 29 3. Concrete Encasement for Utility Lines 30 a. Measurement 31 1) Measured by the cubic yard per plan quantity. 32 b. Payment 33 1) The work performed and materials fumished in accordance with this Item 34 and measured as provided under"Measurement'will be paid for at the unit 35 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 36 plan quantity. 37 c. The price bid shall include: 38 1) Furnishing,hauling,placing and finishing concrete in accordance with 39 Section 03 30 00 40 2) Clean-up 41 4. Ground Water Control 42 a. Measurement 43 1) Measurement shall be lump sum when a ground water control plan is 44 specifically required by the Contract Documents. 45 b. Payment 46 1) Payment shall be per the lump sum price bid for"Ground Water Control" 47 including: 48 a) Submittals CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 19 1 b) Additional Testing 2 c) Ground water control system installation 3 d) Ground water control system operations and maintenance 4 e) Disposal of water 5 f) Removal of ground water control system 6 5. Trench Safety 7 a. Measurement 8 1) Measured per linear foot of excavation for all trenches that require trench 9 safety in accordance with OSHA excavation safety standards(29 CFR Part 10 1926 Subpart P Safety and Health regulations for Construction) 11 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 bid per linear foot of excavation to comply with OSHA excavation 15 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 16 limited to, all submittals, labor and equipment. 17 1.3 REFERENCES 18 A. Definitions 19 1. General—Definitions used in this section are in accordance with Terminologies 20 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 21 noted. 22 2. Definitions for trench width,backfill,embedment, initial backfill,pipe zone, 23 haunching bedding, springline,pipe zone and foundation are defined as shown in 24 the following schematic: 25 PAVED AREAS`. UNPAVED AREAS J � r Q m M J J Q Q ? V_ INITIAL BACKFILL W w o W SPRINGLINE ----- w � a w MUNCHING 1 a BEDDING FOUNDATION /' it r, ;jct OD CLEARANCE EXCAVATED TRENCH WIDTH CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 19 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 m. ASTM D4254 -Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays,before starting excavation. 47 b. Request the location of buried lines and cables in the vicinity of the proposed 48 work. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 19 1 B. Sequencing 2 1. Sequence work for each section of the pipe installed to complete the embedment 3 and backfill placement on the day the pipe foundation is complete. 4 2. Sequence work such that proctors are complete in accordance with ASTM D698 5 prior to commencement of construction activities. 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to construction. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Shop Drawings 11 1. Provide detailed drawings and explanation for ground water and surface water 12 control, if required. 13 2. Trench Safety Plan in accordance with Occupational Safety and Health 14 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P - 15 Excavations 16 3. Stockpiled excavation and/or backfill material 17 a. Provide a description of the storage of the excavated material only if the 18 Contract Documents do not allow storage of materials in the right-of-way of the 19 easement. 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 24 A. Storage 25 1. Within Existing Rights-of-Way(ROW) 26 a. Spoil, imported embedment and backfill materials may be stored within 27 existing ROW, easements or temporary construction easements, unless 28 specifically disallowed in the Contract Documents. 29 b. Do not block drainage ways, inlets or driveways. 30 c. Provide erosion control in accordance with Section 31 25 00. 31 d. Store materials only in areas barricaded as provided in the traffic control plans. 32 e. In non-paved areas, do not store material on the root zone of any trees or in 33 landscaped areas. 34 2. Designated Storage Areas 35 a. If the Contract Documents do not allow the storage of spoils, embedment or 36 backfill materials within the ROW, easement or temporary construction 37 easement,then secure and maintain an adequate storage location. 38 b. Provide an affidavit that rights have been secured to store the materials on 39 private property. 40 c. Provide erosion control in accordance with Section 31 25 00. 41 d. Do not block drainage ways. 42 e. Only materials used for 1 working day will be allowed to be stored in the work 43 zone. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 19 1 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 2 1.11 FIELD [SITE] CONDITIONS 3 A. Existing Conditions 4 1. Any data which has been or may be provided on subsurface conditions is not 5 intended as a representation or warranty of accuracy or continuity between soils.It 6 is expressly understood that neither the City nor the Engineer will be responsible 7 for interpretations or conclusions drawn there from by the Contractor. 8 2. Data is made available for the convenience of the Contractor. 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 12 2.2 MATERIALS 13 A. Materials 14 1. Utility Sand 15 a. Granular and free flowing 16 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 17 fine aggregate according to ASTM C 33 18 c. Reasonably free of organic material 19 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 20 2. Crushed Rock 21 a. Durable crushed rock or recycled concrete 22 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 23 c. May be unwashed 24 d. Free from significant silt clay or unsuitable materials 25 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 3. Fine Crushed Rock 29 a. Durable crushed rock 30 b. Meets the gradation of ASTM D448 size numbers 8 or 89 31 c. May be unwashed 32 d. Free from significant silt clay or unsuitable materials. 33 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 34 £ Not more than a 12 percent maximum loss when subjective to 5 cycles of 35 sodium sulfate soundness per ASTM C88 36 4. Ballast Stone 37 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 38 b. May be unwashed CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 19 1 c. Free from significant silt clay or unsuitable materials 2 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 3 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 4 sodium sulfate soundness per ASTM C88 5 5. Acceptable Backfill Material 6 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 7 ASTM D2487 8 b. Free from deleterious materials, boulders over 6 inches in size and organics 9 c. Can be placed free from voids 10 d. Must have 20 percent passing the number 200 sieve 11 6. Blended Backfill Material 12 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 13 b. Blended with in-situ or imported acceptable backfill material to meet the 14 requirements of an Acceptable Backfill Material 15 c. Free from deleterious materials, boulders over 6 inches in size and organics 16 d. Must have 20 percent passing the number 200 sieve 17 7. Unacceptable Backfill Material 18 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 8. Select Fill 21 a. Classified as SC or CL in accordance with ASTM D2487 22 b. Liquid limit less than 35 23 c. Plasticity index between 8 and 20 24 9. Cement Stabilized Sand(CSS) 25 a. Sand 26 1) Shall be clean, durable sand meeting grading requirements for fine 27 aggregates of ASTM C33 and the following requirements: 28 a) Classified as SW, SP, or SM by the United Soil Classification Systern 29 of ASTM D2487 30 b) Deleterious materials 31 (1) Clay lumps, ASTM C142, less than 0.5 percent 32 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 33 (3) Organic impurities, ASTM C40, color no darker than standard 34 color 35 (4) Plasticity index of 4 or less when tested in accordance with ASTM 36 D4318. 37 b. Minimum of 4 percent cement content of Type I/II portland cement 38 c. Water 39 1) Potable water, free of soils, acids, alkalis, organic matter or other 40 deleterious substances,meeting requirements of ASTM C94 41 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 42 e. Strength 43 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 44 D1633, Method A 45 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 46 D1633, Method A 47 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 48 that exceeds the maximum compressive strength shall be removed by the 49 Contractor for no additional compensation. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 19 1 f. Random samples of delivered product will be taken in the field at point of 2 delivery for each day of placement in the work area. Specimens will be 3 prepared in accordance with ASTM D 1632. 4 10. Controlled Low Strength Material(CLSM) 5 a. Conform to Section 03 34 13 6 11. Trench Geotextile Fabric 7 a. Soils other than ML or OH in accordance with ASTM D2487 8 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 9 2) Fibers shall retain their relative position 10 3) Inert to biological degradation 11 4) Resist naturally occurring chemicals 12 5) UV Resistant 13 6) Mirafi 140N by Tencate, or approved equal 14 b. Soils Classified as ML or OH in accordance with ASTM D2487 15 1) High-tenacity monofilament polypropylene woven yarn 16 2) Percent open area of 8 percent to 10 percent 17 3) Fibers shall retain their relative position 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) UV Resistant 21 7) Mirafi FW402 by Tencate,or approved equal 22 12. Concrete Encasement 23 a. Conform to Section 03 30 00. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Review all known, identified or marked utilities,whether public or private,prior to 31 excavation. 32 2. Locate and protect all known, identified and marked utilities or underground 33 facilities as excavation progresses. 34 3. Notify all utility owners within the project limits 48 hours prior to beginning 35 excavation. 36 4. The information and data shown in the Drawings with respect to utilities is 37 approximate and based on record information or on physical appurtenances 38 observed within the project limits. 39 5. Coordinate with the Owner(s)of underground facilities. 40 6. Immediately notify any utility owner of damages to underground facilities resulting 41 from construction activities. 42 7. Repair any damages resulting from the construction activities. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 19 1 B. Notify the City immediately of any changed condition that impacts excavation and 2 installation of the proposed utility. 3 3.3 PREPARATION 4 A. Protection of In-Place Conditions 5 1. Pavement 6 a. Conduct activities in such a way that does not damage existing pavement that is 7 designated to remain. 8 1) Where desired to move equipment not licensed for operation on public 9 roads or across pavement, provide means to protect the pavement from all 10 damage. 11 b. Repair or replace any pavement damaged due to the negligence of the 12 contractor outside the limits designated for pavement removal at no additional 13 cost to the City. 14 2. Drainage 15 a. Maintain positive drainage during construction and re-establish drainage for all 16 swales and culverts affected by construction. 17 3. Trees 18 a. When operating outside of existing ROW, stake permanent and temporary 19 construction easements. 20 b. Restrict all construction activities to the designated easements and ROW. 21 c. Flag and protect all trees designated to remain in accordance with Section 31 10 22 00. 23 d. Conduct excavation, embedment and backfill in a manner such that there is no 24 damage to the tree canopy. 25 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 26 specifically allowed by the City. 27 1) Pruning or trimming may only be accomplished with equipments 28 specifically designed for tree pruning or trimming. 29 f. Remove trees specifically designated to be removed in the Drawings in 30 accordance with Section 31 10 00. 31 4. Above ground Structures 32 a. Protect all above ground structures adjacent to the construction. 33 b. Remove above ground structures designated for removal in the Drawings in 34 accordance with Section 02 41 13 35 5. Traffic 36 a. Maintain existing traffic, except as modified by the traffic control plan, and in 37 accordance with Section 34 71 13. 38 b. Do not block access to driveways or alleys for extended periods of time unless: 39 1) Alternative access has been provided 40 2) Proper notification has been provided to the property owner or resident 41 3) It is specifically allowed in the traffic control plan 42 c. Use traffic rated plates to maintain access until access is restored. 43 6. Traffic Signal—Poles, Mast Arms, Pull boxes, Detector loops 44 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 45 excavation that could impact the operations of an existing traffic signal. 46 b. Protect all traffic signal poles, mast arms,pull boxes, traffic cabinets, conduit 47 and detector loops. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 19 1 c. Immediately notify the City's Traffic Services Division if any damage occurs to 2 any component of the traffic signal due to the contractors activities. 3 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 4 cabinets, conduit and detector loops as a result of the construction activities. 5 7. Fences 6 a. Protect all fences designated to remain. 7 b. Leave fence in the equal or better condition as prior to construction. 8 3.4 INSTALLATION 9 A. Excavation 10 1. Excavate to a depth indicated on the Drawings. 11 2. Trench excavations are defined as unclassified. No additional payment shall be 12 granted for rock or other in-situ materials encountered in the trench. 13 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 14 and bracing in accordance with the Excavation Safety Plan. 15 4. The bottom of the excavation shall be firm and free from standing water. 16 a. Notify the City immediately if the water and/or the in-situ soils do not provide 17 for a firm trench bottom. 18 b. The City will determine if any changes are required in the pipe foundation or 19 bedding. 20 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 21 excavation shall not advance beyond the pipe placement so that the trench may be 22 backfilled in the same day. 23 6. Over Excavation 24 a. Fill over excavated areas with the specified bedding material as specified for 25 the specific pipe to be installed. 26 b. No additional payment will be made for over excavation or additional bedding 27 material. 28 7. Unacceptable Backfill Materials 29 a. In-situ soils classified as unacceptable backfill material shall be separated from 30 acceptable backfill materials. 31 b. If the unacceptable backfill material is to be blended in accordance with this 32 Specification,then store material in a suitable location until the material is 33 blended. 34 c. Remove all unacceptable material from the project site that is not intended to be 35 blended or modified. 36 8. Rock—No additional compensation will be paid for rock excavation or other 37 changed field conditions. 38 B. Shoring, Sheeting and Bracing 39 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 40 specific excavation safety system in accordance with Federal and State 41 requirements. 42 2. Excavation protection systems shall be designed according to the space limitations 43 as indicated in the Drawings. 44 3. Furnish,put in place and maintain a trench safety system in accordance with the 45 Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 19 1 4. If soil or water conditions are encountered that are not addressed by the current 2 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 3 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 4 City. 5 5. Do not allow soil, or water containing soil, to migrate through the Excavation 6 Safety System in sufficient quantities to adversely affect the suitability of the 7 Excavation Protection System. Movable bracing, shoring plates or trench boxes 8 used to support the sides of the trench excavation shall not: 9 a. Disturb the embedment located in the pipe zone or lower 10 b. Alter the pipe's line and grade after the Excavation Protection System is 11 removed 12 c. Compromise the compaction of the embedment located below the spring line of 13 the pipe and in the haunching 14 C. Water Control 15 1. Surface Water 16 a. Furnish all materials and equipment and perform all incidental work required to 17 direct surface water away from the excavation. 18 2. Ground Water 19 a. Furnish all materials and equipment to dewater ground water by a method 20 which preserves the undisturbed state of the subgrade soils. 21 b. Do not allow the pipe to be submerged within 24 hours after placement. 22 c. Do not allow water to flow over concrete until it has sufficiently cured. 23 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 24 Control Plan if any of the following conditions are encountered: 25 1) A Ground Water Control Plan is specifically required by the Contract 26 Documents 27 2) If in the sole judgment of the City, ground water is so severe that an 28 Engineered Ground Water Control Plan is required to protect the trench or 29 the installation of the pipe which may include: 30 a) Ground water levels in the trench are unable to be maintained below 31 the top of the bedding 32 b) A firm trench bottom cannot be maintained due to ground water 33 c) Ground water entering the excavation undermines the stability of the 34 excavation. 35 d) Ground water entering the excavation is transporting unacceptable 36 quantities of soils through the Excavation Safety System. 37 e. In the event that there is no bid item for a Ground Water Control and the City 38 requires an Engineered Ground Water Control Plan due to conditions 39 discovered at the site, the contractor will be eligible to submit a change order. 40 f Control of ground water shall be considered subsidiary to the excavation when: 41 1) No Ground Water Control Plan is specifically identified and required in the 42 Contract Documents 43 g. Ground Water Control Plan installation, operation and maintenance 44 1) Furnish all materials and equipment necessary to implement, operate and 45 maintain the Ground Water Control Plan. 46 2) Once the excavation is complete,remove all ground water control 47 equipment not called to be incorporated into the work. 48 h. Water Disposal 49 1) Dispose of ground water in accordance with City policy or Ordinance. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 19 1 2) Do not discharge ground water onto or across private property without 2 written permission. 3 3) Permission from the City is required prior to disposal into the Sanitary 4 Sewer. 5 4) Disposal shall not violate any Federal, State or local regulations. 6 D. Embedment and Pipe Placement 7 1. Water Lines less than,or equal to, 12 inches in diameter: 8 a. The entire embedment zone shall be of uniform material. 9 b. Utility sand shall be generally used for embedment. 10 c. If ground water is in sufficient quantity to cause sand to pump,then use fine 11 crushed rock as embedment. 12 1) If fine crushed rock is not specifically identified in the Contract 13 Documents,then fine crushed rock shall be paid by the pre-bid unit price. 14 d. Place evenly spread bedding material on a firm trench bottom. 15 e. Provide firm,uniform bedding. 16 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 17 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 18 proposed grade,unless specifically called for in the Drawings. 19 h. Place embedment, including initial backfill,to a minimum of 6 inches,but not 20 more than 12 inches,above the pipe. 21 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 22 the elevation of the valve nut. 23 j. Form all blocking against undisturbed trench wall to the dimensions in the 24 Drawings. 25 k. Compact embedment and initial backfill. 26 1. Place marker tape on top of the initial trench backfill in accordance with 27 Section 33 05 26. 28 2. Water Lines 16-inches through 24-inches in diameter: 29 a. The entire embedment zone shall be of uniform material. 30 b. Utility sand may be used for embedment when the excavated trench depth is 31 less than 15 feet deep. 32 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 33 trench depths 15 feet, or greater. 34 d. Crushed rock shall be used for embedment for steel pipe. 35 e. Provide trench geotextile fabric at any location where crushed rock or fine 36 crushed rock come into contact with utility sand 37 f. Place evenly spread bedding material on a firm trench bottom. 38 g. Provide firm,uniform bedding, 39 1) Additional bedding may be required if ground water is present in the 40 trench. 41 2) If additional crushed rock is required not specifically identified in the 42 Contract Documents,then crushed rock shall be paid by the pre-bid unit 43 price. 44 h. Place pipe on the bedding according to the alignment shown on the Drawings. 45 i. The pipe line shall be within: 46 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 47 lines 48 j. Place and compact embedment material to adequately support haunches in 49 accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 19 1 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 2 but not more than 12 inches, above the pipe. 3 1. Where gate valves are present, the initial backfill shall extend to up to the valve 4 nut. 5 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 6 ASTM D 698. 7 n. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 o. Place trench geotextile fabric on top of the initial backfill. 10 p. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 05 26. 12 3. Water Lines 30-inches and greater in diameter 13 a. The entire embedment zone shall be of uniform material. 14 b. Fine crushed rock shall be used for embedment. 15 c. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand. 17 d. Place evenly spread bedding material on a firm trench bottom. 18 e. Provide firm, uniform bedding. 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in 22 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 23 price. 24 f. Place pipe on the bedding according to the alignment shown on the Drawings. 25 g. The pipe line shall be within: 26 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 27 h. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer's recommendations. 29 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 30 not exceed the spring line prior to compaction. 31 j. Place remaining embedment, including initial backfill,to a minimum of 6 32 inches, but not more than 12 inches, above the pipe. 33 k. Where gate valves are present,the initial backfill shall extend to up to the valve 34 nut. 35 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 36 ASTM D 698. 37 m. Density test may be performed by City to verify that the compaction of 38 embedment meets requirements. 39 n. Place trench geotextile fabric on top of the initial backfill. 40 o. Place marker tape on top of the trench geotextile fabric in accordance with 41 Section 33 05 26. 42 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 43 a. The entire embedment zone shall be of uniform material. 44 b. Fine crushed rock shall be used for embedment. 45 c. Place evenly spread bedding material on a firm trench bottom. 46 d. Spread bedding so that lines and grades are maintained and that there are no 47 sags in the sanitary sewer pipe line. 48 e. Provide finn, uniform bedding. 49 l) Additional bedding maybe required if groundwater is present in the 50 trench. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 19 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown in the Drawings. 5 g. The pipe line shall be within f0.1 inches of the elevation, and be consistent 6 with the grade shown on the Drawings. 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 10 exceed the spring line prior to compaction. 11 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 12 but not more than 12 inches,above the pipe. 13 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 14 ASTM D 698. 15 1. Density test may be performed by City to verify that the compaction of 16 embedment meets requirements. 17 m. Place trench geotextile fabric on top of the initial backfill. 18 n. Place marker tape on top of the trench geotextile fabric in accordance with 19 Section 33 05 26. 20 5. Storm Sewer(RCP) 21 a. The bedding and the pipe zone up to the spring line shall be of uniform 22 material. 23 b. Crushed rock shall be used for embedment up to the spring line. 24 c. The specified backfill material may be used above the spring line. 25 d. Place evenly spread bedding material on a firm trench bottom. 26 e. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the storm sewer pipe line. 28 f. Provide firm,uniform bedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 33 price. 34 g. Place pipe on the bedding according to the alignment of the Drawings. 35 h. The pipe line shall be within f0.1 inches of the elevation, and be consistent 36 with the grade, shown on the Drawings. 37 i. Place embedment material up to the spring line. 38 1) Place embedment to ensure that adequate support is obtained in the haunch. 39 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 40 ASTM D 698. 41 k. Density test may be performed by City to verify that the compaction of 42 embedment meets requirements. 43 1. Place trench geotextile fabric on top of pipe and crushed rock. 44 6. Storm Sewer Reinforced Concrete Box 45 a. Crushed rock shall be used for bedding. Cast in place boxes shall be founded on 46 6"of flex base. 47 b. The pipe zone and the initial backfill shall be: 48 1) Crushed rock,or 49 2) Acceptable backfill material compacted to 95 percent Standard Proctor 50 density CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10- 15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 19 1 c. Place evenly spread compacted bedding material on a firm trench bottom. 2 d. Spread bedding so that lines and grades are maintained and that there are no 3 sags in the storm sewer pipe line. 4 e. Provide firm, uniform bedding. 5 1) Additional bedding may be required if ground water is present in the 6 trench. 7 2) If additional crushed rock is required which is not specifically identified in 8 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 9 price. 10 f. Fill the annular space between multiple boxes with crushed rock, CLSM 11 according to 03 34 13. 12 g. Place pipe on the bedding according to the alignment of the Drawings. 13 h. The pipe shall be within±0.1 inches of the elevation, and be consistent with the 14 grade, shown on the Drawings. 15 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 16 D698. 17 7. Water Services (Less than 2 Inches in Diameter) 18 a. The entire embedment zone shall be of uniform material. 19 b. Utility sand shall be generally used for embedment. 20 c. Place evenly spread bedding material on a firm trench bottom. 21 d. Provide firm, uniform bedding. 22 e. Place pipe on the bedding according to the alignment of the Plans. 23 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 24 8. Sanitary Sewer Services 25 a. The entire embedment zone shall be of uniform material. 26 b. Fine crushed rock shall be used for embedment. 27 c. Place evenly spread bedding material on a firm trench bottom. 28 d. Spread bedding so that lines and grades are maintained and that there are no 29 sags in the sanitary sewer pipe line. 30 e. Provide firm, uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) if additional crushed rock is required which is not specifically identified in 34 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 35 price. 36 f. Place pipe on the bedding according to the alignment of the Drawings. 37 g. Place remaining embedment, including initial backfill,to a minimum of 6 38 inches, but not more than 12 inches, above the pipe. 39 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 40 i. Density test may be required to verify that the compaction meets the density 41 requirements. 42 E. Trench Backfill 43 1. At a minimum, place backfill in such a manner that the required in-place density 44 and moisture content is obtained, and so that there will be no damage to the surface, 45 pavement or structures due to any trench settlement or trench movement. 46 a. Meeting the requirement herein does not relieve the responsibility to damages 47 associated with the Work. 48 2. Backfill Material 49 a. Final backfill depth less than 15 feet CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 19 1 1) Backfill with: 2 a) Acceptable backfill material 3 b) Blended backfill material,or 4 c) Select backfill material, CSS,or CLSM when specifically required 5 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 6 1) Backfill depth from 0 to15 feet deep 7 a) Backfill with: 8 (1) Acceptable backfill material 9 (2) Blended backfill material,or 10 (3) Select backfill material,CSS, or CLSM when specifically required 11 2) Backfill depth from 15 feet and greater 12 a) Backfill with: 13 (1) Select Fill 14 (2) CSS,or 15 (3) CLSM when specifically required 16 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 17 1) Backfill with: 18 a) Acceptable backfill material, or 19 b) Blended backfill material 20 d. Backfill for service lines: 21 1) Backfill for water or sewer service lines shall be the same as the 22 requirement of the main that the service is connected to. 23 3. Required Compaction and Density 24 a. Final backfill(depths less than 15 feet) 25 1) Compact acceptable backfill material,blended backfill material or select 26 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 27 moisture content within-2 to+5 percent of the optimum moisture. 28 2) CSS or CLSM requires no compaction. 29 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 30 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 31 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 32 moisture. 33 2) CSS or CLSM requires no compaction. 34 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 35 1) Compact acceptable backfill material blended backfill material,or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 37 moisture content within-2 to+5 percent of the optimum moisture. 38 4. Saturated Soils 39 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 40 optimum moisture content,the soils are considered saturated. 41 b. Flooding the trench or water jetting is strictly prohibited. 42 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 43 Appendix,Contractor shall proceed with Work following all backfill 44 procedures outlined in the Drawings for areas of soil saturation greater than 5 45 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10- 17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 19 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 ReN ised June 19,2013 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 19 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths,the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place,move and remove testing trench protection as necessary to facilitate all 24 test conducted by the City. 25 d. For final backfill depths less than 15 feet and trenches of any depth not under 26 existing or future pavement: 27 1) The City will perform density testing twice per working day when 28 backfilling operations are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests of the current lift in 30 the available trench. 31 e. For final backfill depths 15 feet and greater deep and under existing or future 32 pavement: 33 1) The City will perform density testing twice per working day when 34 backfilling operations are being conducted. 35 2) The testing lab shall take a minimum of 3 density tests of the current lift in 36 the available trench. 37 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 38 f. Make the excavation available for testing. 39 g. The City will determine the location of the test. 40 h. The City testing lab will provide results to Contractor and the City's Inspector 41 upon completion of the testing. 42 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 43 j. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 47 4) Field moisture 48 5) Dry density CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 05 10- 19 U I"ILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 19 1 6) Proctor identifier 2 7) Percent Proctor Density 3 3. Density of Embedment 4 a. Storm sewer boxes that are embedded with acceptable backfill material, 5 blended backfill material, cement modified backfill material or select material 6 will follow the same testing procedure as backfill. 7 b. The City may test fine crushed rock or crushed rock embedment in accordance 8 with ASTM D2922 or ASTM 1556. 9 B. Non-Conforming Work 10 1. All non-conforming work shall be removed and replaced. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 19 CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised June 19,2013 33 49 40- 1 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Stonn drain headwalls, wingwalls, and safety end treatments 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.3.A.1 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Fonns, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 02 41 13 —Selective Site Demolition 14 4. Section 03 30 00—Cast-In-Place Concrete 15 5. Section 31 37 00—Riprap 16 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10—Reinforced Concrete Stonn Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall - Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall - Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment- Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each "Headwall"satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall" installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing,transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back, removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 334940-2 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 7) Disposal of excess material 2 8) Furnishing,placing and compaction of backfill 3 9) Concrete,as required by Drawings 4 10) Reinforcing Steel,if required by Drawings 5 11) Corrugated metal pipe,if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement 10 1) Measurement for this Item shall be per each"SET"satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each"SET"installed for: 15 a) Various types 16 b) Various pipe sizes 17 c) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing,transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back,removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing,placing and compaction of backfill 27 9) Concrete,as required by Drawings 28 10) Reinforcing Steel,if required by Drawings 29 11) Corrugated metal pipe,if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls-all walls, including wings, and aprons and rams at the ends of single- 35 barrel and multiple-barrel pipe culvert structures 36 2. Wingwalls -all walls at the ends of single-barrel or multiple-barrel box culvert 37 structures 38 B. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification,unless a date is specifically cited. 42 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 334940-3 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE,AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE) CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED 10111 OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast-in-place concrete units and precast units in accordance with 38 Section 03 30 00. CITY OF FORT WORTH BI IRCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 ReNised Jul}'1,2011 334940-4 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units,provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast,cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3- EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping,Bedding and Backfill 30 a. Excavate,shape,bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 334940-5 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [0111 SITE QUALITY CONTROL [NOT USED[ 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 1? 3.10 CLEANING [NOT USED[ 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED1 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH DURCI TILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 ReNised Juh' 1,2011 DIVISION 99 ADDITIONAL SPECIFICATIONS 99 99 00-1 ADDITIONAL SPECIFICATIONS Page 1 of I 1 SECTION 99 99 00 2 ADDITIONAL SPECIFICATIONS 3 4 9999.0007 Storm Water Field Order Allowance 5 This item establishes a contract contingency allowance for unanticipated work determined to be 6 necessary in the field. This item will not be paid to the contractor unless a field order is issued. 7 Unanticipated project changes are not limited to the value of this item. Contract changes above the 8 amount described by this allowance may be processed through a change order. 9 10 11 End Section CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised December 20,2012 APPENDIX GC-4.01 Availability of Lands Parcel 6 Permanent Drainage Easement Parcel 6 Temporary Easement Parcel 7 Temporary Easement GC-4.02 Subsurface and Physical Conditions Mas-Tek E12-0316 Geotechnical Investigation Report Mas-Tek E12-0316-02 Geotechnical Investigation Supplement Mas-Tek E12-0316-03 Geotechnical Investigation Supplement GC-6.06.1) Minority and Women Owned Business Enterprise Compliance Good Faith Effort Form Joint Venture Eligibility Form Prime Contractor Waiver Form Subcontractor/Suppliers Utilization Form GC-6.07 Wage Rates CFW 2013 Prevailing Wage Rates GC-6.09 Permits and Utilities IES Section 404 Permit Assessment GR-01 60 00 Product Requirements CFW Water Department Standard Products List CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 Page 1 of 7 Electronically Recorded Tarrant County Official Public Records 8/15/2 01 4 8:48 AM D214177168 PGS 7 $40.00 VVV Submitter: XEROXCOMMERCIAL BURCHILL CHAN9�f'I`LF�VPMENTS SOLUTIONS Parcel # 6PE Doe # 6662 2000 McKenzie Street Block- 117-R-A, Polytechnic Heights Addition STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WOO'TH PERMANENT DRAINAGE FACILITY EASEMENT DATE: 5/4/2014 GRANTOR: KEVIN W. VANN, J.C.D., D.D., BISHOP OF THE CATHOLIC DIOCESE OF FORT WORTH, AND HIS SUCCESSORS-IN-OFFICE GRANTOR'S MAILING ADDRESS (including County): 800 W. LOOP 820 S FORT WORTH, TX 76108-2936 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 permanent drainage easement out of Block 117-R-A of Polytechnic Heights Addition an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-28, Page 201 of the Plat Records of Tarrant County, Texas, said permanent drainage easement being a portion of a tract of land labeled Tract 4 being deeded to Kevin W. Vann, J.C.D., D.D., Bishop of the Catholic Diocese of Fort Worth, and his successors-in-office as recorded in Document No. D209090831 of the Deed Records of Tarrant County, Texas, said permanent drainage easement being more particularly described in exhibits "A" and "B" contains 1,660 square feet of land (0.038 acres). PERMANENT DRAINAGE FACILITY EASEMENT Rev.04/12/2012 Page 2 of 7 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, 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. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"' anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. 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.04/12/2012 1 I Page 3 of 7 GRANTOR: GRANTEE: City of Fort Worth M;clnae l F. 0Isoo, ST D Keylm W. Bishop of the Catholic Diocese of Fort Worth, And his successors-in-office A,� _ 6 Michael F. Oison, STD, Bho" .� Fernando Costa, Assistant City Manager Cattrolic Di of Fort Worth Pete Ifnn, ttom In-Fact far APP OVED p FORM AND LEGALITY N!' F. Olson, TD ishop of the tholic Dioc Ine of Fort Worth ;U� UqAv----, Leann Guzman, Assi tant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State o M�auel F 015en, Texas, on this day personally appearedQeteik K.F lyA& Afti)rnexi-;n•Factfoe. known to sm.B ihof 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-tke � ►vl L biocese. A Font lnkR+t-) and that he/she executed the same as the act of said U-A!61;c..'D ocezG c-f FoR-t Woa:i- 1 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this t 5 "' day of uV , 20 It. N tary Public in and for the State of Texas 7WflESA S0i9M .ti Mr COMMISSION Es 24, PERMANENT DRAINAGE FACILITY EASEMENT Rev.04112/2012 Page 4 of 7 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 -31 day of � • ! YI otary Public in and for the Stdte of Texas LINDA M.HIRRUNGER 3" '•' MY COMMISSION EXPIRES „ February 2,me PERMANENT DRAINAGE FACILITY EASEMENT Rev.04/12/2012 Page 5 of 7 i CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE 11UPROVEMENTS PARCEL No.6 PE CITY PROJECT No. 01712 DOE No.6662 2000 McKENZIE STREET BLOCK 117-R-A,POLYTECHNIC HEIGHTS ADDITION EXHIBIT"A" Being a permanent drainage easement out of Block 117-R-A of Polytechnic Heights Addition an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-28, Page 201 of the Plat Records of Tarrant County, Texas, said permanent drainage easement being a portion of a tract of land labeled Tract 4 being deeded to Kevin W. Vann,J.C.D., D.D.,Bishop of the Catholic Diocese of Fort Worth, and his successors-in-office as recorded in Document No. D209090831 of the Deed Records of Tarrant County, Texas, said permanent drainage easement being more particularly described as follows: COAEMENCING at a 1/2 inch iron rod with cap stamped`B&C"found for the southeast comer of Lot 24, Block 92 of Polytechnic Heights Addition, an addition to the City of Fort Worth, � Tarrant County, Texas as recorded in Volume 63, Page 109 of said Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped `B&C" being the intersection of the north right-of-way line of Avenue L (a 60' right-of-way) with the west right-of-way line of McKenzie Street(a 50.0' right-of-way); THENCE South 00 degree 14 minutes 07 seconds West, crossing said Avenue L, a distance of 59.89 feet to the POINT OF BEGINNING of the herein described permanent drainage easement, said point being the northeast corner of said Block 117- R-A, said point also being the intersection of the south right-of-way line of said Avenue L with the west right-of-way line said McKenzie Street; THENCE South 00 degrees 31 minutes 21 seconds East,with the east line of said Block 117-R- A and with the west right-of-way line of said McKenzie Street, a distance of 50.59 feet to a point for corner from which a 5/8 inch iron rod with cap stamped "BHB INC"found for the southeast comer of said Block 117-R-A bears South 00 degree 31 minutes 21 seconds East, a distance of 604.78 feet, said 5/8 inch iron rod with cap stamped "BHB INC" being the intersection of the northerly right-of-way line of Burchill Road (a 60'right-of-way) with the west right-of-way line of said McKenzie Street; THENCE North 53 degrees 05 minutes 20 seconds West, a distance of 52.47 feet to a point for comer, THENCE North 51 degrees 36 minutes 35 seconds West, a distance of 29.76 feet to a point for corner in the north line of said Block 117-R-A, said point being in the south right-of- way line of said Avenue L; Exhibit A Page 1 of 2 Page 6 of 7 THENCE North 89 degrees 28 minutes 39 seconds East, with the north line of said Block 117- R A and with the south right-of-way line of said Avenue L,a distance of 64.82 feet to the POINT OF BEGINNING, and containing 1,660 square feet or 0.038 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) Bearings are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202,all distances and areas shown are surface. a Date: February 14,2014 OFT L) �` 7o Cooper JON L. COOPER R ' tered Professional LaUld Surveyor No. 5254 r , Firm No. 10106900 Exhibit A Pap 2 of 2 i Page 7 of 7 EXHIBIT "B " PARCEL No. 6 PE BLOCK 98 LOT 12 LOT 13 LOT 14 LOT 1b LOT 18 ' POLYTECHNIC HEIGHTS ADDITION BLOCK 93 IFOLI JIN 63, PAGE 1011 POLYTECHNIC HEIGHTS ADDITION D.R T.C.T. VOL1J" 69, PAGS f 09 l _wr 17 LOT TB LOT 191 LOT 20 1 LOT 21 LOT 22 I LOT 23 LOT 24 w D.R.T.C,7: AVENUE L tIi'IRON ROD FNO (80' RIGHT—OF—WAY) WIC STAMPED 'B&C" •J PERMANENT DRAINAGE �� LOT A LOT B LOT C LOT D EASEMENT AREA 1� 0.038 �ACREOR W HLO$EtAST jGS AD �e�tON CgNt� g il•,p TRACT 4 j POLVOLVO P p.T•L I. _ 18' ALLEY T � KEVIN W. VANN, J.C.D., D.D.. BISHOP OF THE CATHOLIC DIOCESE OF FORT WORTH ( L—U INSTRUMENT No. D209090831 N O.P.R.T.C.T. LZ LOTS LOT R LOT 0 LOT P I �Ya C�P'>>� LINE TABLE f . Afc sue,f LINE BEARING DISTANCE Or'°dG��fT�O L-2 S 00'31 21 E 50.59' e N Z0I L-3 N 53'05'20 52.47' ( q�gCt L-4 N 51.38'35 W 29.78' N 28'39"E 4 O 89' 84.82' wjcO srR►,iP N "eHB INC' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 100 50 0 100 2. ALL BEARINGS AO COORDINATES IRE REFERENCET3 TO THE TEXAS COORDINATE SHOWN ANAAD—W THE NORTM CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SCALE IN FEET +� City of Fort Worth 1DDO THROCKMORMN STREET FORT WORTH. TEXAS 78102 EXHIBIT SHOWING /— PERMANENT DRAINAGE EASEMENT Ot OUT OF ...... \. BLOCK 117-R-A OF POLYTECHNIC HEIGHTS ADDITION f' ° AN ADDITION TO THE e JON L. COOPER CITY OF FORT WORTH, TARRANT COUNTY, TEXAS AS RECORDED IN VOLUME 388-28 PAGE 201 ���x',`,• ' f. ';' �'- PLAT RECORDS OF TARWANT COUNTY, TEXAS 7 j �" Yi PROJECT: RURCHILL CHANNEL 1 PR E TS TY P OJ. No. 0171 DRAINAGE EA: 1 660 SGUME FEET OR 0.038 RES L OPER JOB No. FNI 119.00 DRAW BY: JLC CAD FILE: FNIIIIS FSMT—S.DWG RED PROFESSIONAL D SURVEYOR DATE: FEBRUARY 141 2014 EXHIBIT B PAGE i 0 1 1' - 100' 4 1 , 101080 GORRONOONA &ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 78118 —448-1424 FAX 817-498-1788 I i Electronically Recorded Tarrantcounty Official Public Records 8/15/2014 8:54 AM D214177178 �- � � PGS 7 $40.00 BURCHILL CH2 4tP 05PY&NPTS Submitter: XEROX COMMERCIAL Parcel # 6TE SOLUTIONS Doe#6662 2000 McKenzie Street Block- 117-R-A, Polytechnic Heights Addition CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 5/4/2014 GRANTOR: KEVIN W. VANN, J.C.D., D.D., BISHOP OF THE CATHOLIC DIOCESE OF FORT WORTH, AND HIS SUCCESSORS-IN-OFFICE GRANTOR'S MAILING ADDRESS (including County): 800 W. LOOP 820 S FORT WORTH, TX 76108-2936 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 temporary construction easement out of Block 117-R-A of Polytechnic Heights Addition an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-28, Page 201 of the Plat Records of Tarrant County, Texas, said permanent drainage easement being a portion of a tract of land labeled Tract 4 being deeded to Kevin W. Vann, J.C.D., D.D., Bishop of the Catholic Diocese of Fort Worth, and his successors-in-office as recorded in Document No. D209090831 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in exhibits "A" and "B" contains 2,051 square feet of land (0.047 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"B". Temporary Construction Easement 01/09/2007 I It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of Burchill Channel Improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. 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 01/09/2007 GRANTOR: GRANTEE: City of Fort Worth Aickwe 1 F oIson , STD Bishop of the Catholic Diocese of Fort Worth, And his successors-in-office QLLW-v.L�0) Fernando Costa, Assistant City Manager Micheal F Mon, STD, Bbhop h *Catoc Doe APPROVED AS TO FORM AND LEGALITY Deter . FhMn -In-Fact for L4W1zLC1-- Mi F. OW , , Bishop of the Ca Dlome of Fort VVbrth U,�eann Guzman, Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § M:�ae� F.otsan,STD,�Ishn� BEFORE ME, the undersigned authority, a Notary Public in anor the State of Texas, on this day personally appeared PeAeAM.FIunrL known to me to be the same person whose name is subscribed to the foregoin instrument, and acknowledged to me that the same was the act of+1,e (u lic- Note�e of ,et klDO`I and that he/she executed the same as the act of said 2,&4n1;c- D;oceSe df Foa-t- Inloie 41n for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 4Nota Public in and for the State of Texas IMCOMMISSION=L My EXPIRES Tempomry Construction Easement � Apd 24,2016 01/09/2007 ACKNO VILEDGEMENT 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 D 1 20 . Notary Public in and for the Sta of Texas LINDA M.HIRRLINGER ' MY COMMISSION EXPIRES Febraaiy 2,2018 Temporary Construction Eascmcnt 01/09/2007 I CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS PARCEL No.6 TE CITY PROJECT No.01712 DOE No. 6662 2000 MCKENZIE STREET BLOCK 117-R-A,POLYTECHNIC HEIGHTS ADDITION EXHIBIT"A" Being a temporary construction easement out of Block 117-R-A of Polytechnic Heights Addition an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388-28, Page 201 of the Plat Records of Tarrant County, Texas, said temporary construction easement being a portion of a tract of land labeled Tract 4 being deeded to Kevin W.Vann, J.C.D.,D.D., Bishop of the Catholic Diocese of Fort Worth, and his successors-in-office as recorded in Document No. D209090831 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described as follows: COMMENCING at a 1/2 inch iron rod with cap stamped"B&C"found for the southeast corner of Lot 24, Block 92 of Polytechnic Heights Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 63, Page 109 of said Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "B&C" being the intersection of the north right-of-way line of Avenue L (a 60' right-of-way) with the west right-of-way line of McKenzie Street(a 50.0'right-of-way); THENCE South 00 degree 14 minutes 07 seconds West, crossing said Avenue L,a distance of 59.89 feet to a point for the northeast corner of said Block 117-R-A, said point also being the intersection of the south right-of-way line of said Avenue L with the west right-of-way line said McKenzie Street; THENCE South 00 degree 31 minutes 21 seconds East with the east line of said Block 117-R-A and with the west right-of-way line of said McKenzie Street, a distance of 50.62 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the south comer of a proposed permanent drainage easement; THENCE South 00 degrees 31 minutes 21 seconds East,with the east line of said Block 117-R- A and with the west right-of-way line of said McKenzie Street, a distance of 25.19 feet to a point for corner from which a 5/8 inch iron rod with cap stamped `BHB INC" found for the southeast corner of said Block 117-R-A bears South 00 degree 31 minutes 21 seconds East, a distance of 579.60 feet, said 518 inch iron rod with cap stamped "BHB INC' being the intersection of the northerly right-of-way line of Burchill Road (a 60'right-of-way) with the west right-of-way line of said McKenzie Street; THENCE North 53 degrees 05 minutes 20 seconds West, a distance of 68.04 feet to a point for corner, Exhibit A Page I of 2 I THENCE North 51 degrees 36 minutes 35 seconds West, a distance of 54.79 feet to a point for corner in the north line of said Bloch 117-R-A, said point being in the south right-of- way line of said Avenue L; THENCE North 89 degrees 28 minutes 39 seconds East,with the north line of said Block 117- R-A and with the south right-of-way line of said Avenue L, a distance of 31.84 feet to a point for comer, said point being the west comer of said proposed permanent drainage easement; THENCE South 51 degrees 36 minutes 35 seconds East, with a southwesterly line of said proposed permanent drainage easement,a distance of 29.76 feet to a point for comer; THENCE South 53 degrees 05 minutes 20 seconds East, with a southwesterly line of said proposed permanent drainage easement, a distance of 52.47 feet to the POINT OF BEGINNING,and containing 2,051 square feet or 0.047 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) Beatings are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. 1 f Date: February 14,2014 OF T J L. Coo JON L. COOPER 1 a 'stem Professional Land Surveyor No. 5254 ':4 5254 Firm No. 10106900 �tiGpt'ress°�P Exhibit A Page 2 of 2 I EXHIBIT 90B 's PARCEL No. 6 TE BLOCK 92 y LOT 12 LOT 13 14 LOT is LOT is POL",FCHN.W "ICES "DMON I I lzraff 98 1 1 VOLU" 83, PAM 000 P0LrffCffffrC HEIGHTS.0=01f AAr.c'.r. . Lar 22 LOT 23 LOT 24 VOLVZff 63, PAM f09 LOT 119 WT 17jun 18L= 191 l!-201-=i — —— P.O.C. - J-D-A-!�T-cr- AVENUE L 1/2-IRON ROD F14D WjW SrAMPM -W' RIMiT-OF-M) L-7 W.O.B. U)T A LOT B LOT C LOT 0 TEMPOPARY CONSTRUCTION EASEMENT AREA 2.051 SQ. Fr. OR Cit 1112S AppIT1014 0.047 ACRE pjDffSj(;gTA0S 899 5 0141C --Q, p TRACT 4 LLI POVT go I- VYOL 115'ALLEY KEVIN W. VANN. J.C.D., D.D., BISHOP OF LOT — — THE CATHOLIC DIOCESE OF FORT WORTH un It ur a LOT P INSTRUMENT No. D209090831 O.P.R.T.C.T. LlJ LINE TABLE N z LINE BEARING DISTANCE LL, =-I S W14' 59.89- y L-2 S Oa3l'21'E 50.62' pbzt, w1f 4f.�tcwpl--4 0 T--3 -CO-63-1721"E 25.19' 'p -R,9. ;r 2 53-05'20-W ..R.p �,-Njoftz, 8. c. e OW -5 IN 51'3635'WI 54.79' Zol L-6 N 89*28 39 E 31.5 Q L-7 I S 51-36'35-E 29.76' I ah L-8 I S 53-05-20-E 52.47- L C hip) ftl j 5/5"IRDN RDD FND %C AP STAMPED NGIM 1, A LEGAL DESM"ON OF E69N OM ACCOMPANIES THIS PLAT. ATE 2. ALj. KAMNCS Ma COORDWATES WE REFERENCED TO M TEXAS COORDINATE 100 50 0 100 TffrEK NW-W,7K NORTH CENTRAL ZONE 4202. " DISTANCES AND AREAS SHOW ARE SURFACE, SCALE IN FEET oeWo City of Fort Worth 1000 TMROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING A TEMPORARY CONSTRUCTION EASEMENT F 0 OF UT Z' Fr Y BLOCK 117-R-A OF POLYTECHNIC HEIGHTS ADDITION AN ADDITION TO THE JON L. COOPER CITY OF FORT WORTH, TARRANT COUNTY; TEXAS AS RECORDED N 254 VOLUME 368-28, PAGE 201 j-j PLAT RECORDS OF TARRANT COUNTY, TEXAS PROJECT: BURCHILL CHANNEL IMPROVEMENTS I CITY PROJ. No. 01712 TEMPORARY CONSTRUCTION EA ENT AREA &.0§3 SQUAR FE 0.047 AC ES i0a No. FNI-1 110.00 PAWN QY. JCE ICAD ME; FNI1119 ESWr- .D PROFESSIONAL DATE FEBRUARY 14, 2014 1EXHINIT 6 PACE I OF I_ I SCALE, 1--109' N GORRONDONA & AS— - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX 76118 • 8 -486-1424 FAX 017-486-1786 II rays i ui I Electronically Recorded Tarrant Coiunty Official Public Records 1011712014 T42 AM D2'14227437 f}lt�� L`jLCti (.airi PGS 7 $40.00 Mary Louise Garcia Submitter: XEERLLUOXCOMMERCIAL CITY OF FORT WORTH BURCLL CHANNEL DRAINAGE IAjPRO` 'El�:LE TS HI PARCEL#07 TE DOE #6662 CITY PROJECT#41712 2740 AVENUE K LOTS 23 & 24,BLOCK 92,POLYTECIL4'IC HEIGHTS ADDITION CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE. GRANTOR: GOD'S INTE1tCESSORY PRAYER WA1UZIORS iNFL�7STRIES,LNC. GRANTOR'S MAILING ADDRESS (including County): 2 740 AVENUE K FORT NORTH, TARR.A�INT COUNTY.TEXAS 76105=3001 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: One Hundred and Ten Dollars ($110.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY. Being a portion of Lot 23 and Lot 24, Block 92 of Polytechnic I-!eights Addition, Cite of Fort Worth, Tarrant County, Texas, as recorded in Volume 63, Page 109 of the Plat Records of Tarrant County, Texas, as recorded in Document 1(o. D203346132 of the Deed Records of Tarrant County, TX and being rnorc particularly described in Exhibits "A"and "B". (976 square feet) 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 "B". Temporary Corsaucrioa Easement 01M12007 Page 2 of 7 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction. of drainage im,provemeaf . Upon completion of improvements. and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the-above described easement, together with, ail 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 PAGXJ Twoomy Cwwou od ri ftmoot OLAW007 Page 3 of 7 GRANTOR: God's Intercessory GRANTEE: City of Fort Worth Prayer Warriors Ministries,Inc.,a Texas Nan-Profit Corporation F . Bertha McCoy,President Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY I Assistant City i:6o ney 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 Bertha McCoy, 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 God's Intercessory Prayer Warriors Ministries, Inc. and that he/she executed the same as the act of said God's Intercessory Prayer Warriors Ministries, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this. day of r ' 2014. JOAN GUIL 0RRY BELL Nota' 6 Public in and o the State of Texas My Commission Expires + January29,ZC18 `r Temporary C:onstrudion Faseineut 01/09t2007 f Page 4 of 7 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 CRY Manager of the City of Fart 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 Fart t0'rLorth 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 SE=AL OF OFFICE this day of r , 2044. otary Public in and or the Sta of Texas � x filgtory€'ultti 7,Salta at F�xs Jury iGfj�v;#t't�1t�0si�rt�xP�ag �. After recording return to: i Oloyde Jordan,Land Agent s Transportation&Public,Works: Right-of-Way&L Easements City of.Fort Worth 900 Munroe St Suite 404 Fort Worth,TX 76102 raro�gcaty'CoacoruoiTon Haeement. 01/09ittdd7 Page 5 of 7 CITY OF FORT WORTH BURCIIILL CHANNEL DRAINAGE IMPROVEMENT'S PARCEL No. 7TE CITY PROJECT No. 01712 DOE No. 6662 2740 AVENUE K LOT 23 AND LOT 24,T3LOCK 92, POLYTECHNIC HEIGHTS ADDITION EXHIBIT"A" Being a temporary construction easement out of Lot 23 and Lot 24, Bloch 92 of Polytechnic Heights Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 63, Page 109 of the Deed Records of Tarrant County, Texas, said Lot 23 and Lot 24 being deeded to God's Intercessory Prayer Warriors Ministries, Inc., a Texas Non-Profit Corporation as recorded in Document No. D203346132 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "B&C"found for the southeast comer of said Lot 24, said 1/2 inch iron rod with cap stamped "B&C"being the intersection of the north right-of-way line of Avenue L (a 60' right-of-way) with the west right-of-way line of McKenzie Street (a 50.0' right-of-way), said 1/2 inch iron rod being the southeast comer of a Drainage and Utility Easement granted to the City of Fort Worth recorded in Volume 8254, Page 943 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 28 minutes 39 seconds West, with the east line of said Lot 24, with the cast line of said Drainage and Utility Easement, and with the west right-of-way line of said McKenzie Street, a distance of 43.00 feet to the POINT OF BEGEVNING of the herein described temporary construction easement, said point being the northeast corner of said Drainage and Utility Easement; THENCE North 65 degrees 59 minutes 09 seconds West, with the north line of said Drainage and Utility Easement, a distance of 71.92 feet to a point for corner; THENCE North 89 degrees 31 minutes 21 seconds East, a distance of 65.45 feet to a point for corner in the cast line of said Lot 24, said point being in the west right-of-way line of said McKenzie Street, from which a 1/2 inch iron rod with cap stamped "B&C" found for the northeast corner of said I.ot 24 bears North 00 degrees 28 minutes 39 seconds West, a distance of 52.18 feet, said 1/2 inch iron rod with cap stamped "B&C" being the intersection of the west right-of-way line of said McKenzie Street with the south line of a 16' Alley as sho\,m on plat of said Polytechnic heights Addition; THENCE South 00 degrees 28 minutes 39 seconds East, with the east lute of said Lot 24 and with the west right-of-way line of said McKenzie Street, a distance of 29.82 feet to the POINT OF BEGINNING, and containing 976 square feet or 0.022 acres of land, more or less. Exhibit A Page E of 2 Page6 of 7 _.__.—..---...---..----..... ................ Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) Borings are referenced to the Texas COordinate SYstern, NAD43, The North. Central zone 4202,all distasxes and areas shown are surface. z Date: June 3,2014 � t...` ..dyMS. t ionl. Co - ! R.ejj erect Professional No. 5254 �� ,��Fw 7 Firm No. 10106900 :SON L. C Su Exhibit A Page:2.of 2 Page 7 of 7 EXHIBIT "B 's PARCELI No. 7TE i LOT ¢ LOT 3 LOT 2 I LOT 1 I I I I W /2"IRON ROD PND sTarNaED 'W* cc LOT 1*1 � LOT 10 i/3"IRON ROD PND^ T/2"IRON ROD FND , W/CAP STAMPED t Ca 16' ALLEY W/CAP srAMPED ^BIUC° w 16 ALLEY T — BL4CH' z GOD'S INTERCESSORY PRAYER Z �Q$ FOLYTECENIC HlIGIITS ADI3I2"I0N WARRIORS MINISTRIES, INC. 1 VOLUMN 63, PAGB f D9 INSTRUMENT No. D203346132 M W •� O.P.R.T.C.T. D.R.T.C. , `LOT 23 LOT .24 z +S ty ` LOT . 1: LOT 22 N 89 31'21"E 65.45' kJ v� TEMPORARY EASEMENT AREA vi �+ +. w ` 978 5Q. FT. OR �7.•�Z& N 0 q 0.022 ACRE P.O.B. N 0428'39"W Q� Lot 12 � LOT 13 DRAINAGE do U7ILf1Y EASEMENT 1/2 IRON ROD FND TO CRY Or FORT 1VORTH W/CAP SfAMPM. "e VOLUME 8254, PAGE 945 AVENUE D.R.T.0 L :T. (BO' RIGHT--BF—WAY) BLOCK If f 7w-RSA LOT A POLYTECHNIC HEIGHTS ADDITION VOLUMB 988-28, PAGT 20f P.R.T.C.T. NOTES: I 50 2,r3. (} JO 1. A LEGAL DESCRIPTION OP EVEN DATE ACCOMPANIES THIS PLAT. 2, AU, BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, HAD^93, THE NORTH CENTRAL ZONE 4202; ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET &qp City of Fort Worth rt h 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 EXHIBIT SHOWING s%tk TEMPORARY CONSTRUCTION EASEMENT '' OUT LOT 23 AND LOT 24, BLOCK 92 SITUATED IN THE ? POLYTECHNIC HEIGHTS ADDITION N:... ... ..........� �{ AN ADDITION TO THE ts{ JON L. C 0(--PEP CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ... ..._._.._�...�...___.._.._,�h AS RECORDED IN u'4 O= r VOLUME 63 PAGE 109 DEED RECORDS OF TARRANT COUNTY, TEXAS X... PROJECT: BURCH;LL CHANNEL IMPROVEMENTS CIT`! PROJ. No. 01712 1 DOE. NO. 6662 I it TEMPORARY CONSTRUCTION EASEMENT AREA: 976 SQUARE FEET OR 0.022 ACRES JO i L. COOPER A ` JOB No. FNI-1119.OD DRAWN 6Y: JL.0 CAD FILE: FNI?119 ESMT-6.DWG R ISifRED PROFESSIONAL LAND[SURVEYOR DATE. JUNE 3, 2014 EXH.Bfi 9 PAGE t OF 1 SCALE: 1" — 50' 5254 TEXAS FIRM NO.4'101 D690D GORRONDONA & ASSOCIATES, INC. ,. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 17-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT NORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01713 Revised July 1,2011 r , MAS-TEK Engineering & Associates, Inc. November 4, 2013 Mr. Scott K. Hubley, P.E., CFM Phone: 817-735-7378 Freese & Nichols, Inc. Email: skh(o-)-freese.com 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Re: Geotechnical Investigation Burchill Channel Improvements - Final Report Fort Worth, Texas Project No: E12-0316-F Dear Mr. Hubley: Please find enclosed our final report summarizing the results of the geotechnical investigation performed for the above referenced project. For your future geotechnical investigations and construction materials testing and related quality control requirements, it is recommended that the work be performed by Mas-Tek Engineering & Associates, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. If we can be of further assistance, please do not hesitate to contact us at 972-331-8808 Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. 4eve�a Mark J. Fa ow, P.E.Geotechnical Consultant _—ZF.OFtF 11 �—�p•..........:...� 1 MAS-TEK ENGINEERING&ASSOCI M • •;��,+ *• A••........... t . TEXAS REGISTERED e . RK J. FqR" •...•I ENGINEERING FIRM /' .._••••••••....... Rp. F-1418 11',$1. 48059....:.. Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas,Texas 75247 972 709-7384 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION -- -- 1 1.1 PROJECT DESCRIPTION ---------------------------------------------------------1 1.2 PURPOSE AND SCOPE---- --------- -- - 1 2.0 FIELD INVESTIGATION ----------------------------------------------------------------------------2 3.0 LABORATORY TESTING--------------------------------------------------------------------------2 4.0 SITE AND SUBSURFACE CONDITIONS ------------------------------------------------------3 4.1 GENERAL SITE CONDITIONS 3 4.2 SITE GEOLOGY ---------------------------------------3 4.3 SUBSURFACE CONDITIONS-------------------------- ----3 4.4 GROUNDWATER CONDITIONS 4 5.0 ANALYSES AND RECOMMENDATIONS ------------------------------- 4 5.1 CONCRETE BLOCK WALLS (EAST OF BEACH STREET)-------------4 5.2 CIP WALLS AND CONCRETE BLOCK WALLS (EAST AND WEST OF MCKENZIE) 6 5.3 ADDITIONAL DESIGN RECOMMENDATIONS -----________�_�________g 5.4 EMBANKMENT SLOPES----------------------------------- 9 5.5 PROPOSED 1200 LF 3-10X10 RCB 9 5.6 CULVERT REPLACEMENT BENEATH MCKENZIE STREET---------10 6.0 QUALITY ASSURANCE REQUIREMENTS-------------- 11 6.1 POCKET PENETROMETER TESTS------------------------------------------11 6.2 FIELD SUPERVISION AND DENSITY TESTING------------------------11 7.0 LIMITATIONS-- --------12 ILLUSTRATIONS FIGURE PLAN OF BORINGS-------------------------------------- -------------------------------------- 1 a & b LOGS OF BORINGS---------- --------_------------_----—---_2_8 LEGEND - KEY TO LOG TERMS & SYMBOLS --------- ------------------9 SIEVE SUMMARY---------------- ------------------------------- 10-13 SWELLSUMMARY--------------- - --------------------------------------------------------14 DIRECT SHEAR------------ -------------------------- 15-16 T R I AX I AL TESTS---------------- ------------------------------- 17-18 APPENDIX A ---------------------------------------------------------------------- Global Stability Studies MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F GEOTECHNICAL INVESTIGATION BURCHILL CHANNEL IMPROVEMENTS FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION Improvements are to be made to Burchill Channel in Fort Worth that will include the following. 1. 1200 I.f. 3 — 10X10 RCB from Cobb Park Drive to Beach Street. This will require road cuts across Cobb Park Drive, Mitchell, Maddox and Beach Streets. 2. 650 I.f. of channel erosion protection east of Beach Street 3. 500 I.f. of channel erosion protection west of McKenzie 4. 500 I.f. of channel regrading east of McKenzie and culvert replacement beneath McKenzie. The erosion protection structures are to consist of concrete segmental block walls with geogrid reinforcement placed over a crushed stone leveling pad. A gravel drainage layer is to be provided behind the wall with a free draining geotextile between the native soil and the gravel. The existing creek banks along Burchill Channel contains numerous mature trees. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide recommendations for the construction of the proposed improvements. SCOPE OF WORK The following work was performed • Site reconnaissance, staking of borings, and utility clearance. • Seven (7) geotechnical borings to depths of 25' to 30'. MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 1 • Geotechnical Testing including, continuous pocket penetrometer strength profile, unconfined compression, Atterberg limits (PI's), sieve analysis, swell tests, direct shear tests, triaxial tests, moisture contents, and unit weight determinations. See Figures 10 thru 18. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling seven test borings. A truck-mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the approximate locations shown on the Plan of Borings (Figures 1a & 1b). Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The granular soils were sampled with split spoon samplers in conjunction with Standard Penetration Tests. These results are reported on the boring logs. The Texas Department of Transportation Cone Penetration test was performed to obtain an indication of the general strength and hardness of the limestone and marl formation. The results of the boring program are presented on the Logs of Borings, Figures 2 through 8. A key to the descriptive terms and symbols used on the logs is presented on Figure 9. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. The tests included Atterberg limits tests, sieve tests, swell tests, direct shear tests, triaxial tests, moisture content tests, and dry unit weight determinations. Hand penetrometer tests were performed on the cohesive soil samples in combination with unconfined compression tests to provide indications of the shear strength properties of the subsurface strata. The results of our testing program are presented on the Logs of Borings, Figures 2 through 8 and on the various test summaries on Figures 10 thru 18. MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 2 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS Improvements are to be made to Burchill Channel in Fort Worth that will include the following. 1. 1200 I.f. 3 — 10X10 RCB from Cobb Park Drive to Beach Street. This will require road cuts across Cobb Park Drive, Mitchell, Maddox and Beach Streets. 2. 650 I.f. of channel erosion protection east of Beach Street 3. 500 I.f. of channel erosion protection west of McKenzie 4. 500 I.f. of channel regrading east of McKenzie and culvert replacement beneath McKenzie. The erosion protection structures are to consist of concrete segmental block walls with geogrid reinforcement placed over a crushed stone leveling pad. A gravel drainage layer is to be provided behind the wall with a free draining geotextile between the native soil and the gravel. The existing creek banks along Burchill Channel contains numerous mature trees. 4.2 SITE GEOLOGY The project site is located in an area underlain by deposits of alluvial soils over an undivided geologic formation consisting of interbedded layers of limestone, sandstone, clay and marl. The geologic formation along the project alignment is the undivided PawPaw, Weno Limestone and Denton Clay Formation. Soils derived from the formation are typically moderately to highly active clays and weathered marl. Site conditions can also be influenced by erosion along the creek which results in alluvial soil deposits (silt, clay, sand and gravel) along their old banks. Fill soils consisting of clay, sand, gravel and broken rock were encountered at all boring locations to depths of about 2 to 7 feet. 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 3 4.4 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger-drilling methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Groundwater levels at most boring locations were present at depths of 6 to 15 feet below the existing ground surface at the time of this investigation (April 2012). 5.0 ANALYSES AND RECOMMENDATIONS 5.1 CONCRETE BLOCK WALLS (EAST OF BEACH STREET) Concrete block walls may be constructed in a future phase east of Beach Street to control erosion along the creek banks. Based on the geotechnical borings, supporting soil and rock conditions vary dramatically along the proposed wall alignment as described below. Ground BOW Supporting Soil Borinq Elevation Elevation Conditions ( 1) B4 559 549.5 Sandy clay to clayey sand over sand (left wall) and gravel layers underlain by severely weathered marl. Groundwater at El 553 (4' above BOW) B4 559 546.5 Sand and gravel over severely (right wall) weathered marl. Groundwater at El 553 (6' above BOW) B5 560 552.5 Gravelly sand and sandy gravel over (left wall) marly clay and severely weathered marl. Groundwater at El 554 (2' above BOW) B6 586 551 BOW 4' below bottom of boring. Hard (right wall) to very hard gray marl and limestone was encountered above the BOW elevation ("2) ("1) Groundwater level at time of geotech investigation (April 2012). Groundwater level will fluctuate seasonally and will be at higher elevations after rain events. ("2) The conditions beneath the east end of the right wall will likely be represented best by Boring B5. Boring B6 was drilled at a high elevation well beyond the creek channel (beyond the limits of alluvial soil deposits along channel banks) and may not be representative of actual soil conditions beneath the east end of the right wall. MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 4 It is anticipated that the supporting soils below the existing channel will be loose and soft to depths of about 1 foot below the marly clay and severely weathered marl strata (to El 545 at B4; to El 549 at 65). These elevations correspond to depths of about 4 feet below the proposed BOW. Dewatering and excavation will be required to achieve the bearing capacity and global stability required for design. This will likely require sheet piling or cofferdam construction. We recommend the following. 1. Excavate to depths of 12 inches below the surface of the marly clay or severely weathered marl encountered between El 546 and El 550 at Borings B4 and B5. Excavation should extend 5 feet beyond the limits of the wall foundation and then transitioned up to the ground surface along a 1:1 slope. After excavation, it must be verified with test pits by the contractor performed under the direction of a Mas-Tek Engineer that the supporting soils are very stiff and suitable to provide the bearing capacity required for design. The supporting soils below the existing creek banks and the existing creek bed will likely be softer than the soil encountered in the geotechnical borings due to reduced overburden surcharge/confinement below the creek bed. If the supporting soils are not adequately stiff as verified by a Mas-Tek engineer, additional excavation will be required to achieve the bearing capacity required for global stability. This should be evaluated by Mas-Tek prior to construction of the walls. After the excavation is approved, compact the upper 8 inches of subgrade soil at -2% to +2% of optimum to 98% ASTM D698. 2. Fill to the required foundation subgrade using crushed concrete flex base per TxDOT Item 247, type D, Grade 1. Compact in maximum 8 inch lifts at optimum to +2% above optimum to 95% ASTM D1557. A minimum flex base thickness of 16 inches should be provided. The erosion control structure should be founded at least 2 feet below the channel flowline and designed for a maximum allowable bearing capacity of 3,000 psf. The foundation subgrade below the retaining walls and/or block wall leveling pads should be battered back on a 5% slope (down way from the wall face) to achieve sliding resistance and minimize wall creep. If this is done, a friction factor of 0.35 may be used to resist sliding (an appropriate FOS should be used). MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 5 An erosion control gabion mattress should be provided adjacent to the base of the walls to prevent scour and erosion near the wall base. Note 1: The final grade adjacent to the base of the walls must be flatter than 7(H):1(V) for global stability. Note 2: The soils along the creek bed are erosive and must be protected against erosion. Based on these conditions, the factor of safety of a global stability failure below these walls should be 1.5 if the maximum bearing pressure below the walls is limited to 3000 psf. (See . Appendix A for Global Stability Studies.) The global stability and backfilling requirements for these walls should be re-evaluated after wall details are finalized. 5.2 CIP WALLS AND CONCRETE BLOCK WALLS (EAST AND WEST OF MCKENZIE) A combination of concrete block walls and CIP Cantilever walls will be used on both sides of McKenzie to control erosion along the creek banks. The CIP walls and the concrete block walls will range in height up to 14 feet. The walls will generally be founded near the existing creek banks and below the existing creek bed. The supporting soils below the existing creek banks and the existing creek bed will likely be softer than the soil encountered in the geotechnical borings due to reduced overburden surcharge/confinement below the creek bed. If the supporting soils are not adequately stiff as verified by a Mas-Tek engineer, additional excavation will be required to achieve the bearing capacity required for global stability. This should be evaluated by Mas-Tek prior to construction of the walls. We recommend the following. 1. Excavate to a depth of 16 inches below the bottom of the walls. Verification by Mas- Tek is required to assure that all walls taller than 8 feet are founded at least 12 inches below the surface of the very firm gray weathered marl encountered at Boring B-27 at El 557. 2. The bearing capacity along all walls regardless of wall height is required for global stability. It must be verified with test pits by the contractor, under the direction of a Mas-Tek Engineer, that the bearing capacity is adequate as described above. 3. After the excavation is approved, compact upper 8 inches of subgrade soil to 98% ASTM D698 at -2% to +2% of optimum. MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 6 4. Fill to the required foundation subgrade using crushed concrete flex base per TxDOT Item 247, Type D, Grade 1. Compact in maximum 8 inch lifts at optimum to +2% above optimum to 95% ASTM D1557. A minimum flex base thickness of 16 inches should be provided. The erosion control structure should be founded at least 2 feet below the channel flowline and designed for a maximum allowable bearing capacity of 3,000 psf. The foundation subgrade below the retaining walls and/or block wall leveling pads should be battered back on a 5% slope (down way from the wall face) to achieve sliding resistance and minimize wall creep. If this is done, a friction factor of 0.35 may be used to resist sliding (an appropriate FOS should be used). An erosion control gabion mattress should be provided along the base of the walls to prevent scour and erosion near the wall base. Note 1: The final grade adjacent to the base of the walls must be flatter than 7(H):1(V) for global stability. Note 2: The soils along the creek bed are erosive and must be protected against erosion. BACKFILLING REQUIREMENTS AND ACTIVE EARTH PRESSURE The retaining walls should be backfilled with select fill in compacted lifts within a 45 degree wedge extending upward beginning 18 inches horizontally from the base of the wall to the ground surface. The backfill material behind the below grade walls should consist of select fill (clayey sand or very sandy clay) having a PI of 10 to 18. The backfill material should be compacted in 8 inch horizontal benched lifts between 95 and 100 percent of the maximum density as determined by ASTM D698 between -2% and +2 percentage points of the soil's optimum moisture content. Backfill placed within 5 feet of the walls should be hand compacted. Over-compaction should not be allowed. The select fill should be benched into the embankment in horizontal benched lifts. It is imperative that the interface between the embankment soils and the select fill soils be adequately compacted. A minimum of 18 inches of free draining clean crushed "Chico" (Bridgeport) stone should be placed adjacent to the walls to provide drainage of the backfill. The upper 16 inches of the backfill should consist of compacted on-site clay having a PI over 25. The clay should be MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 7 compacted in 8" lifts at +1% to +4% above optimum to 95% ASTM D698. A suitable free draining geotextile should be used along the interface of the free draining stone and the select fill / clay cap. In addition, weep holes or a perimeter drain installed at the base of the wall should be provided to provide rapid drainage behind the walls and prevent hydrostatic pressures if the walls are to be designed for drained conditions. If drained select fill is used as specified above, the wall may be designed for a drained active pressure of 49 pcf equivalent fluid pressure (EFP). Any surcharge load or live load (including sloped backfill above the top of wall) should also be included during design. An earth pressure coefficient may be assumed to be 0.50 for determination of lateral soil pressures resulting from surcharge loads. SLIDING RESISTANCE The bottom wall block and the CIP wall footing should be battered back along a 5% slope (sloping down away from wall face). The walls may be designed for a friction factor of 0.35. An appropriate Factor of Safety should be used. GLOBAL STABILITY Based on these conditions, the factor of safety of a global stability failure below these walls should be 1.5 if the maximum bearing pressure below the walls is limited to 3000 psf. See Appendix A for Global Stability Studies including assumptions made related to global stability. Details related to block walls were not available at the time of this report. The assumptions made regarding block wall widths and select backfill limits should be confirmed prior to construction. 5.3 ADDITIONAL DESIGN RECOMMENDATIONS A minimum of 18 inches of free draining drainage material must be placed behind all walls. All backfill should be placed in 8 inch horizontal benched lifts (benched into the existing creek bank/slope). The backfill should be compacted per specification requirements with care taken to compact along the benched excavation interface. The upper 16 inches of backfill should consist of on-site clay having a PI over 25. Compact in 8 inch lifts at +1% to +4% above optimum to 95% ASTM D698. A suitable free draining geotextile should be used at the interface of the free draining material and the adjacent soil (including clay cap). MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 8 The walls should be designed to include all surcharge loads including the weight of sloped embankments above the wall and above the active zone. The active zone can be assumed to be located behind the wall structures within a 45 degree wedge beginning at the base of the wall and extending up to the ground surface. These design values are based on an embankment slope no steeper than 3(H):1(V) above the wall. The sloped embankment should be provided with geogrid earth reinforcement in accordance with the geogrid supplier's specifications if slopes steeper than 3(H):1(V) are used; steeper sloped embankments containing geogrid reinforcement should also meet the technical requirements specified by the geogrid supplier. This includes soil PI, gradation (grain size) requirements, lift thickness and compaction. 5.4 EMBANKMENT SLOPES It is understood that the creek banks east of McKenzie will be excavated and flattened along 4(H):1(V) slopes to minimize skin slides. Skin slides are caused by deep desiccation cracks during dry weather followed by heavy rains during the following rainy season. Skin slides within 4(H):1(V) slopes are not a common occurrence but can occur. If shallow skin slides occur, they should be repaired immediately to prevent deeper slides from occurring. 5.5 PROPOSED 1200 LF 3-10X10 RCB Three 10x10 box culverts are to be constructed along a 1200 foot length between Cobb Park and Beach Street. Based on the geotechnical borings, supporting soil and rock conditions vary dramatically along the proposed culvert alignment as described below. Ground Bottom of Supporting Soil Boring Elevation Culvert Conditions (*1) B1 538 527 Sandy clay and clayey sand over hard tan weathered limestone. Groundwater at El 523 (below bottom of culvert) B2 551 534 Very hard light gray limestone. No groundwater at time of investigation. B3 554 539 Weathered marl over hard gray marl. Groundwater at El 547 (8' above bottom of culvert) MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 9 (*1) Groundwater level at time of geotech investigation (April 2012). Groundwater level will fluctuate seasonally and will be at a higher elevation after rain events. Dewatering will be required in the area of Boring B3 and possibly in other areas if construction occurs after periods of rain. The box culvert should be founded on 12 inches of crushed stone or crushed concrete flex base per TxDOT Item 247, Type D, Grade 1. Compact in two 6-inch lifts at optimum to +2% above optimum to 95% ASTM D1557. The flex base should extend 3 feet beyond all edges of the culverts. Prior to placement of the base, the subgrade should be proofrolled under the direction of a Mas-Tek Engineer. The upper 8 inches of subgrade soil should then be compacted at -2% to +2% of optimum to 98% ASTM D698. The culvert should be backfilled with suitable flowable fill in layers to prevent buoyancy where the culvert extends below roads, sidewalks, trails, parking lots, etc. (where differential settlements must be minimized). Other areas can be backfilled with on-site soil and rock (smaller than 6 inches). Compact clay soils and broken rock in 8 inch lifts at +11% to +4% above optimum to 95% ASTM D698. Compact granular soils at -2% to +2% of optimum to 95% ASTM D698. Settlement of compacted backfill should be limited to about 1% of the fill height. Fill placed above the culverts in areas sensitive to movements described above should consist of select fill having a PI of 6 to 14. Compact in 8 inch lifts at -2% to +2% of optimum to 98% ASTM D698. The pavements should be patched per standard city details. 5.6 CULVERT REPLACEMENT BENEATH MCKENZIE STREET The new culvert will be founded at El 558 (about 12' below existing grade). Based on Boring B-7, the culvert will be underlain by granular soils and gray severely weathered marl (encountered at El 557). Groundwater was not encountered at the time of this investigation but could be encountered if construction occurs after periods of rain (requiring dewatering). MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 10 We recommend the following: 1. Excavate to depth of 1 foot below the surface of the gray severely weathered marl. If should be verified by a Mas-Tek Engineer that the weathered marl exposed is very stiff and suitable for bearing. Then compact the upper 8 inches at -2% to +2% of optimum to 98% ASTM D698. 2. Fill to bottom of culvert with full depth flex base in 6 inch lifts (a minimum of 12 inches should be used). See Section 5.5 for flex base spec. 3. Backfill culvert with flowable fill per Section 5.5. Fill placed above culvert should consist of select fill per Section 5.5. The pavement should be patched per standard city details. 6.0 QUALITY ASSURANCE REQUIREMENTS 6.1 POCKET PENETROMETER TESTS As a quality control measure, pocket penetrometer tests should be performed with each field density test during construction as further verification that proper moisture conditioning is being achieved within the clay fill soils. Similarly, pocket penetrometer tests should be performed on each Proctor Compaction Point in the laboratory for correlation and verification of the desired pocket penetrometer range with respect to Proctor moisture and density. 6.2 FIELD SUPERVISION AND DENSITY TESTING Field density, PI and sieve test determinations should be made on each lift of fill with a minimum of 1 density test per lift per 50 linear feet of backfill. Sieve tests and PI verifications should be performed on each fill lift per the geo-grid supplier's specifications. Supervision by the field technician and the project engineer will be required. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all excavations, proofrolling, site and subgrade preparation be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork as well as PI and gradation (grain size) requirements. Inspection should be performed prior to and MAS-TEK ENGINEERING & ASSOCIATES, INC. E12-0316-F Page 11 during placement and compaction operations. Mas-Tek employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 7.0 LIMITATIONS These recommendations were developed based upon a limited number of widely spaced test borings. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING 8& ASSOCIATES, INC. E12-0316-F Page 12 FORTWORTH.' B o rin g Locations F CURE Surchl| Channel Improvements 1A Fort Worth,Texas . . . . et: \F �§\ ! � ` - ` � . 6 in a ? � T + ■ © » . . � MFRFR■■s■ 4�� — 0 100 20 400 %_»�« », F■ FORTWORTH. Boring Locations FIGURE Burchill Channel Improvements 1B Fort Worth,Texas Y. ■ 'AI �I f 1 � I s III FREESE ti4rt Mbsl Plw B■.200 0 100 Z00 40 Feat 'B JOB:FTWOeuy �7NICMOLS P: r 'F'eiiiis�7isi DATE:MAY 21.911012 FILE:W.MORMWATRR%FRUL_EXMerre LOG OF BORING B-1 Project: Burchill Channel -Ft. Worth,Texas Project No.: E12-0316 Date: 04/06/2012 Elev.: 538.1 Location:. See Figure 1 Depth to water at completion of boring: 17' Depth to water when checked: end of day was: 15' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % P1 -% DD P.PEN UNsf Strain % leer &FIELD TEST DATA % %. % pd Isl k % ° Brown CLAY w/limestone fragments &gravel _ 4.54 13 24 15 ' 18 48 17 31 2.8 2.2 5 18 1.6 19 32 17 15 24 S;fO Light brown & light gray sandy CLAY w/numerous 14 62 —117 3:6 71 98 limestone fragments & sand seams Tan rg avelly clayey SAND 50!1.5' -seepage during drilling at 15' 14 34 17 17 41 121 74 3.3 9.0 15 S0/175+ Hard to very hard tan weathered LIMESTONE, fractured a2c x.25. Very hard gray LIMESTONE, w/hard gray marl �0 50/0` seams a1s. 50/0.25• 501T Boring terminated at 25' a° �6a ai Notes: FIGURE:2 MTE, INC. J LOG OF BORING B-2 Project: Burchill Channel - Ft. Worth,Texas Project No.: E12-0316 Date: 04/09/2012 Elev.: 551.3 Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry Depth to caving when checked: was: ELEVATION SOIL SYMBOLS MC LL PL PI •200 DD PPEN UNCON SVW DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % pd tsr ksr % feet &FIELD TEST DATA Brown CLAY& tan fine SAND w/gravel & limestone 4'5' - — sso fragments (FILL) 32 Grayish brown severely weathered MARL, w/hard 's -" -.s f1Z 5a,- marl layers &very hard limestone layers, 45++ jointed 17 59 19 40 11S 45++ 501474 5015' 3.s �1 Z 14 55 18 40 45++ 50n- �/1 5011.5- lt Z 540 /->s ri y 14 4-5++ riy 50/0.75• 50/0.75" Very hard light gray LIMESTONE, w/hard gray 535 marl seams s0i0.s• 50/05" 5010.5- Saos• Boring terminated at 25' szs X 520 515 Notes: FIGURE:3 MTE, INC. LOG OF BORING B-3 Project: Burchill Channel -Ft. Worth, Texas Project No.: E12-0316 Date: 0410512012 Elev.: 554.4 Location: See Figure 1 Depth to water at completion of boring: 8' Depth to water when checked: end of day was: 7' Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL pI P.PEN UNCON Seam feet 8 FIELD TEST DATA % % % % Pd td W % Brown & tan CLAY w/limestone fragments & gravel 2.4 _ (FILL) 18 53 18 35 2.6 2.8 19 2.2 _ Brown sandy CLAY 23 _ 211 Brown silty gravelly SAND to sandy GRAVEL 13 10/6• 10/r 9/6• -seepage during drilling at 8.5' 5/6" 7/6' 15 14 716' Brown & gray weathered MARL,jointed >rr 16 53 21 32 115 k5+♦ 18S 82 f5 L G/— 42/6' .c�s saa• s f-r r r r- =--- Hard gray MARL w/very hard gray limestone ---= seams _ — sorz s• � _= sons• Very hard gray LIMESTONE, w/hard gray marl seams 5011" 5orozs• Boring terminated at 25' 30 35 Notes: FIGURE:4 MTE, INC. LOG OF BODING B-4 Project: Burchill Channel - Ft.Worth,Texas Project No.: E12-0316 Date: 04109/2012 Elev.: 559.1 Location: See Figure 1 Depth to water at completion of boring: 7' Depth to water when checked: end of day was: 6' Depth to caving when checked: was: ELEVATIONI SOIL SYMBOLS MC LL PL •200 DD P PEN UNCON Stroh DEPTH SAMPLER SYMBOLS DESCRIPTION % % % P1 % Pat tsr ksf % teen &FIELD TEST DATA Light brown & brown CLAY w/ limestone fragments 31 FILL _ 25 _ Brown CLAY w/trace calcareous nodules 20 40 38 555 21 60 21 39 97 30 29 70 5 39 _ Brown CLAY w/sand, gravel, limestone fragments & 18 55 275 gravelly sand seams -seepage during drilling at 7' 500 17 50 20 30 51 ?11 26 10 -sand &gravel layers below 11' .tr Tan &gray severely weathered MARL,jointed 22 107 45++ 52 67 A rL/ 15 '.• srsr .0 rrrr 1 7iTf }I srsr Brown & gray weathered MARL,jointed 510 17J 4 5++ ?• 4016" 20 1% 50135- 'rr 1%J L% 1/J /Y L% y"r/ 1�J 4 5++ 50/2 V 50/25 Boring terminated at 25' 530 30 526 3s Notes: FIGURE:5 Alliance Geotechnical Group, Inc. LOG OF BORING B-5 Project: Burchill Channel - Ft. Worth,Texas Project No.: E12-0316 Date: 04/06/2012 Elev.: 559.8 Location: See Figure 1 Depth to water at completion of boring: 7' Depth to water when checked: after 1 day was: 6' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC 200 DD P.PEN UNCON Slrain LL PL PI - (feeO &FIELD TEST DATA % % % % pd Isf ksf % ° Dark brown &tan CLAY w/limestone fragments & 2.0 gravel (FILL) 19 54 18 36 28 23 17 18 555- 5 416" Brown 1"t gravelly SAND to sandy GRAVEL w/ 7/6" clayey sand seams ^� 6/6" 5/6" 15 24 7/6" 6/6" 6/6- -seepage during drilling at 7' 7/6" 550 10 _= 7/6" Brown mariv CLAY,jointed _ r>r Brown & gray severely weathered MARL,jointed J1 545 ,5 /150/ 5" y/y 5014 24 60 23 37 101 4.5+ �Z Gray weathered MARL, w/very hard limestone 1 f/ V r seams,jointed 7 rr 18 4.5+ 540 20 /Ti 48/6" 1 50/475' s f-/ Y t/ 7TH L// 7 T1- _7%% 4b+ 535--25 L�% 3516: _ _- 40/6° goring terminated at 25' 530 30 525-1 35 I a Notes: FIGURE:6 MTE, INC. LOG OF BORING B-6 Project: Burchill Channel -Ft.Worth,Texas Project No.: E12-0316 Date: 04/0612012 Elev.: 585.7 Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL -200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI % pcf tsr ksf % feet 6 FIELD TEST DATA 565 0 Brown CLAY w/trace limestone fragments & 3.8 gravel (FILL) 3.8 Brown & tan CLAY w/limestone fragments & 16 3-3 - gravel (FILL) 2.6 20 56 20 36 108 2.9 2.9 95 5 31 580 Brown &grayish brown CLAY 4s++ 20 59 20 39 110 45++ 7.4 44 10 575 _ rrr Tan &gray severely weathered MARL,jointed ,r- 7 _ 1L JX rrr /1 17 54 19 35 112 45++ 570 Z-/ e:: Very hard tan weathered LIMESTONE, fractured Very hard gray LIMESTONE w/hard marl layers 20 eoro - - - - - 565 =-max Very hard gray MARL w/very hard limestone layers Very hard gray LIMESTONE, w/gray marl seams _ 5W zs Very hard gray MARL,w/very hard gray _= limestone layers f — — 555 30 - 5ao25• Boring terminated at 30' 35 550 Notes: FIGURE:7 MTE, INC. LOG OF BORING B-7 Project: Burchill Channel -Ft. Worth, Texas Project No.: E12-0316 Date: 04/06/2012 Elev.: 570.2 Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry Depth to caving when checked: was: rDEPTH ION/ SOIL SYMBOLS SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DO PPEN UNCON Strain 8 FIELD TEST DATA % % % % pcf IV ksf % ° Brown & grayish brown CLAY w/calcareous 375 — nodules & limestone fra ments FILL 25 — 30 + - Dark brown CLAY w/fine sand (FILL) q16" Brown fine SAND w/gravel (FILL) 46' 66' Dark brown CLAY w/sand, numerous limestone ss5 5 fragments & calcareous nodules 14 53 16 35 3e Brown CLAY w/sand, numerous limestone fragments 39 & calcareous nodules Tan & gray CLAY w/ limestone fragments, 25 59 23 36 9`99 -2e 446 5so 10 3calcareous nodules & sand seams -sand & gravel seams below 11.5' Gray severely_weathered MARL, highly fractured, rn r Tyr w/ very hard limestone layers 13 45++ r n r 5013" 555 15 rrs r 50tu S.• rn r rn r r r7 r rn r rn r r.-7 r r r,s• r rs r rise r rs r r r!r 16 50 IS 32 112 4 5++ 125 70 r.-7 r 502 5" r rr r �„ 550- 20 rrs r 7""r rrs r r rs r rn r r i-s r r rr r r rr rrs r r/7 r _ __ KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Strata symbols MARL CLAY —__ Marly CLAY CLAY, sandy SAND Gravelly, Clayey, SAND L] Misc. Symbols LIMESTONE, 1W Water table weathered when checked Limestone Water table y at boring completion CLAY & Soil Samplers SAND Thin Wall Shelby Tube Severely Weathered MARL THD Cone Penetration Silty, Sand, Gravel Test 4 Auger �i Weathered MARL ri T ® Standard Penetration Test Notes: I. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content M PL = plastic limit (�) Uncon.= unconfined compression (taf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:9 MTE, INC. U.S. Standard Sieve U.S Standard Sieve Numbers Hydrometer CN Z T 0 ID M M (h V O O O N 100 90 80 70 -- r � 60 - - a, 50 U. 40 - u a 30 .. . 1 N 20 10 - 0 1000 100 10 1 0.1 0.01 0.001 Grain Size- mm Legend Boring No Depth, ft % Gravel % Sand % 4200 LL PI B-3 8.5-10 52.8 33.0 14.2 Legend Boring No Depth Material Description USCS B-3 8.5-10 —O— RESULTS OF SIEVE ANALYSIS Burchill Channel E12-0316 Alliance Geotechnical Group FIGURE 10 U.S.Standard Sieve U S.Standard Sieve Numbers Hydrometer m M ra1i v ° 0 q ? g 100 90 80 .. 70 r rn 60 - .ci `m 50 c U. 40 - L a 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Legend Boring No Depth,It %Gravel %Sand %4200 LL PI —� B-4 9-10 8.2 40.4 51.4 Legend Boring No Depth Material Description USCS B-4 9-10 -o- RESULTS OF SIEVE ANALYSIS Burchill Channel E 12-0316 Alliance Geotechnical Group FIGURE II U.S Standard Sieve U S.Standard Sieve Numbers Hydrometer i0 M (ij O O O O $ N 100 90 80 70 - --- — Z 60 c, 50 - - - - iC 40 v a� n. 30 20 - 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size -mm Legend Boring No Depth,ft % Gravel % Sand %4200 LL PI �- B-5 6.5-8 X7.6 28.8 23.6 —O— Legend Boring No Depth Material Description USCS B-5 6.5-8 RESULTS OF SIEVE ANALYSIS Burchill Channel E12-0316 Alliance Geotechnical Group FIGURE 11 FF7777777 U S.Standard Sieve U.S Standard Sieve Numbers Hydrometer 0 O N p O N co M 100 90 80 70 t Cf1 j 60 m 50 c LL a 40 30 20 10 fill 0 1000 100 10 1 0.1 0.01 0.001 Grain Size-mm Legend Boring No Depth,ft %Gravel % Sand %4200 LL PI --ZnF— B-7 9-10 2.1 9.1 88.8 Legend Boring No Depth Material Description USCS B-7 9-10 RESULTS OF SIEVE ANALYSIS Burchill Channel E12-0316 Alliance Geotechnical Group FIGURE 13 SWELL TEST RESULTS BORING DEPTH DRY IN-SITU FINAL LOAD NO. DENSITY MOISTURE MOISTURE VERTICAL (FEI=T) (pcf) CONTENT CONTENT (Pad SWELL B-2 5-6 115.3 17.1 19.9 688 3.2 B-6 9-10 109.8 19.9 26.0 1188 8.2 14-15 115.3 16.8 19.3 1813 2.7 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. SWELL TEST RESULTS _ BURCHILL CHANNEL FORT WORTH, TEXAS Msas TEK Engine @ring MAS-TEK ENGINEERING & ASSOCIATES 8� gssociates� Inc_ E12-0316 DATE: 0510112012 FIGURE: 1i} 30 Results - - - - C, psi 6.234 deg 25.29 Tan( 0.47 20 r •1 _ - N . ---- r u 0 10 20 30 40 50 W Normal Stress, psi 30 7 Specimen No: 1 2 3 - Water Content, % 24.6 24.5 24.3 25 Dry Density, pcf 101.0 101,3 101.5 Saturation, % 99.3 99.6 99.2 20 Void Ratio 0.6690 0.6640 0.6603 CL - I Diameter, in. 2.499 2.500 2.499 '� 1 - • a °.i 3 Height, in. 1.000 1.000 0.999 15 Water Content, % 24.2 22.5 20.6 I a I -� 2 Dry Density, pcf 100.5 101.1 101.7 U) to ;- 7 �� -r Saturation, % 96.4 90.9 84.7 Q Void Ratio 0.6774 0.6665 0.6570 � 1 Diameter, in. 2.499 2.500 2.499 5 7 - - I Hei ht, in. 1.005 1.002 0.997 Normal Stress, psi 7.000 15.000 30.000 o - Fail. Stress, psi 9.195 13.853 20.225 0 0,15 0!3 0.45 O.s Displacement, in. 0.273 0.250 0.191 Horiz. Displacement, in. Ult. Stress, psi Displacement, in. Strain at peak, % 10.9 10.0 7.7 Sample Type: Undisturbed Client: Description: Dark Brown Clay Project: Burchill Channel LL=48 PL= 16 P1= 32 Assumed Specific Gravity=2.70 Location: B-5 Remarks: Direct Shear tests on 3 seperate samples Depth: 14'-15' Proj. No.: E12-0316 Date Sampled: DIRECT SHEAR TEST REPORT Alliance Geotechnical Group, Inc. Figure Dallas TX ested By: JP _ Checked By: HS Fr9 15 3o Results C, psi 6.048 deg 22.32 - - Tan(o) 0.41 -- _ 20 CL LL �-�rl - IF - 0 . 0 10 20 30 40 50 60 Normal Stress, psi 30 ' i Specimen No: 1 2 3 Water Content, % 24.3 24.2 24.5 25 Dry Density, pcf 101.6 101.6 101.4 ' Saturation, % 99.5 99.1 99.9 20 S Void Ratio 0.6593 0.6593 0.6618 N 'J CL ' i _ Diameter, in. 2.500 2.499 2.500 Height, in. 1,000 1.000 1.000 3 24.1 22.7 21.0 to 15 � _ � ., � Water Content, i , "1 ► - - , 2 Dry Density, pcf 101.3 101.6 102.2 U) io i I Saturation, % 98.1 93.0 87.2 rt Q Void Ratio 0.6643 0.6598 0.6493 Diameter, in. 2.500 2.499 2.500 Hei ht in. 1.003 1.000 0.993 _ . Normal Stress, psi 7.000 15.000 30.000 0 Fail. Stress, psi 8.638 12.641 18.212 0 0.15 0.3 0.45 05 Displacement, in. 0.185 0.369 0.252 Horiz. Displacement, in. Ult. Stress, psi Displacement, in. Strain at peak, % 7.4 14.7 10.1 Sample Type: Undisturbed Client: Description: Dark Brown Clay Project: Burchill Channel LL=48 PL= 16 P1= 32 Assumed Specific Gravity=2.70 Location: B-5 Remarks:Residual strength tests on one sample Depth: 14'-15' Proj. No.: E12-0316 Date Sampled: DIRECT SHEAR TEST REPORT Alliance Geotechnical Group, Inc. Figure Dallas TX Tested By: JP Checked By: HS R5 IL- 24 Total Effective C.psi 4.866 3.385 0.deg 16.29 29.30 --- - - �- r- - - - TanM 0.29 0.56 ` ' - ----- CL - r..r Cn - t - - 8 - - - - - �- - - -- - - it 0 8 16 24 32 40 48 Total Normal Stress, psi Effective Normal Stress, psi --- 30 Specimen No: 1 2 3 3 Water Content, % 17.5 17.4 17.3 25 I i F Dry Density, pcf 110.9 111.0 111.1 1 1 I Saturation, % 91.2 90.3 90.7 2 c Void Ratio 0.5197 0.5186 0.5166 N I 20 Diameter, in. 1.960 1.961 1.959 CL i Height, in. 4.323 4.322 4.327 N - - Water Content, % 19.2 19.0 18.8 cn 15 ' --1 1 N Dry Density, pcf 111.0 111.3 111.8 ° ! -' r Saturation, % 100.0 100.0 100.0 4 :_ ' I �• Void Ratio 0.5187 0.5143 0.5071 0 10 I Q Diameter, in. 1.960 1.959 1.955 J _ Height, in. 4.322 4.318 4.318• Strain rate, %/min. 0.0070 0.0070 0.0070 5 t 2 Eff. Cell Pressure, psi 5.00 10.00 20.00 Fail. Stress, psi 15.65 22.88 27.73 ,- ;-. Total Pore Pr., psi 41.86 43.12 50.56 0 5 10 15 20 Strain, % 9.3 11.6 14.0 Ult. Stress, psi Axial Strain, % Total Pore Pr., psi Strain, % Type of Test: a, Failure, psi 17.79 28.76 36.17 CU with Pore Pressures 63 Failure, psi 2.14 5.88 8.44 Sample Type: Undisturbed Client: Description: Brown Clay w/medium and fine Gravel Project: Burchill Channel LL= 50 PL=20 P1=30 Assumed Specific Gravity= 2.70 Location: B-4 Remarks: Depth: 9'-10' Proj. No.: E12-0316 Date Sampled: TRIAXIAL SHEAR TEST REPORT Alliance Geotechnical Group, Inc. Figure Dallas TX Tested By: JP - Checked By: HS - Fr) 11 75 75 2 I 60 I I I so I I 45 MN ----_.------ -_ 3 N 45 �t..._�_.--------- N N aka L 0 30 a U) m o` 30 o m 0 — a > a m F0 15 — 0 15 OF 0 0% 8% 16% 0% 8% 16% 75 3 75 4 I 60 j 60 ------------ I 3 N 45 N 45 ui N h N a` C/) a dCn a $ 30 o` 30 o m o m a > a > a� m 15 0 15 t or 0 0% 8% 16% 0% 8% 16% 24 Peak Strength I Total Effective I ` a= 4.670 psi 2.951 psi a= 15.67 deg 26.08 deg I 16 tan a= 0.28 0.49 i i Q & 0 0 8 16 24 32 40 48 P, psi Stress Paths: Total Effective— —— Client: Project: Burchill Channel Location: B-4 Depth: 9'-10' Project No.: E12-0316 Figure Alliance Geotechnical Group, Inc. Tested By: JP Checked By: HS r'a 9 I'7 a 21 14 -- i - U 7 0 7 14 21 28 35 42 Normal Stress,psi 60 Specimen No: 1 Water Content, % 25.3 50 _ Dry Density, pcf 99.3 i Saturation, % 98.0 Void Ratio 0.6972 Q 40 Diameter, in. 2.711 N , Height, in. 4.731 L-' Water Content, % 25.3 U) 30 Dry Density, pcf 99.3 t Saturation, % 98.0 o �- Void Ratio 0.6972 20 , r Q Diameter, in. 2.711 - Height, in. 4.731 —I - Strain rate, %/min. 1.00 10 Back Pressure, psi 0.00 _ Cell Pressure, psi 8.25 0 - Fail. Stress, psi 31.72 0 5 10 15 20 Strain, 10.1 Axial Strain, % Ult. Stress, psi Strain, % Type of Test: a, Failure, psi 39.97 Unconsolidated Undrained as Failure, psi 8.25 Sample Type: Undisturbed Client: Description: Project: Burchill Channel Assumed Specific Gravity= 2.70 Location: B-7 Remarks: Depth: 9'-10' Proj. No.: E12-0316 Date Sampled: TRIAXIAL SHEAR TEST REPORT Alliance Geotechnical Group, Inc. Figure Dallas TX ested By: 1P Checked By: HS is APPENDIX A GLOBAL STABILITY STUDIES Note: Block wall details were not available. The following assumptions were made: 1. Block wall and/or geogrid widths of over 3' for all block walls. 2. Select backfill per report (within 45 degree wedge beginning 18 inches from base of wall). Slope Stability Analysis Burchhili Channel McKenzie Upstream Retaining Wall .1.534 1 15 -r Description: Select Fill 70 1 Wt: 125 65 Cohesion: 200 60 Phi: 32 55 50 J D 45 40 r 35 18 u 30 25 20 15 10 a 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95100 110 120 130 140 150 160 170 180 190 200 Distance (feet) Slope Stability Analysis Burchhill Channel (DS LT) Description: Select Fill 1391 Wt: 125 Cohesion: 200 7 Phi: 32 7� 70 65 60 55 2 50 D 45 40 r 35 p 30 14 25 20 15 10 5 1 0 - 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80 85 90 95100 110 120 130 140 150 180 170 180 190 200 Distance (feet) 1 � / MAs-TEK Engineering & Associates, Inc. June 20, 2013 Mr. Scott K. Hubley, P.E., CFM Phone: 817-735-7378 Freese & Nichols, Inc. Email: skhCa)-freese.com 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Re: Supplementary Report Burchill Channel Improvements Fort Worth, Texas Project No: E12-0316-02 Dear Mr. Hubley: This supplementary report addresses the allowable bearing capacity and at-rest lateral soil pressures on the proposed culverts. Sections 5.5 and 5.6 of the original report describes the ground elevation at Borings 61, B2, B3 and B7 (for the 1200 foot long culvert beneath Cobb Park and Beach Street and for the culvert beneath McKenzie Street). Sections 5.5 and 5.6 also specify preparation of the foundation subgrade and requirements for flex base bedding below the culverts. Based on these recommendations, the allowable bearing capacity is specified below. Borinq Allowable Bearing Capacity 131 3,200 psf B2 10,000 psf B3 7,000 psf B7 7,000 psf This assumes preparation of the foundation subgrade is performed per the original report and that dewatering is performed, as needed, to lower groundwater levels to at least 4' below the culvert bottom prior to excavation for the culvert. The culverts should be designed for an undrained at-rest lateral earth pressure of 102 pcf EFP based on compaction requirements specified in the original report. For surcharge loads above the top of the culvert, use an earth pressure coefficient of 0.65. Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas,Texas 75247 972 709-7384 Supplementary Report 4 1k Burchill Channel Improvements Y Fort Worth,Texas KAS-,Tc MTE Report No. E12-0316-02 a Anociate%Mc. Page 2 if we can be of further assistance, please do not hesitate to contact us at 972-331-8808 Sincerely, MAS-TEK ENGINEERING&ASSOCIATES,INC. Mark J.F , P.E. 4teven Geotechnical Consultant 1 s�tPtE OF•tF ARK J.FARR.........j 0"48058•� do MAS-TEK ENGINEERING&ASSO(UMES TEXAS REGISTERED ENGINEERING FIRM F-141 B MAS-TEK Engineering & Associates, Inc. July 31, 2013 Mr. Scott K. Hubley, P.E., CFM Phone: 817-735-7378 Freese & Nichols, Inc. Email: skhCa-,freese.com 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Re: Supplementary Report Burchill Channel Improvements Headwalls and Wingwalls Fort Worth, Texas Project No: E12-0316-03 Dear Mr. Hubley: This supplementary report addresses the allowable bearing capacity, sliding resistance, and active soil pressures on the proposed headwalls and wingwalls to be supported using shallow footings. Sections 5.5 and 5.6 of the original report describes the ground elevation at Borings B1, B2, B3 and B7 (for the 1200 foot long culvert beneath Cobb Park and Beach Street and for the culvert beneath McKenzie Street). Sections 5.5 and 5.6 also specify preparation of the foundation subgrade and requirements for flex base bedding below the culverts. Based on these recommendations, the allowable bearing capacity is specified below. Boring Allowable Bearing Capacity 131 3,200 psf B3 7,000 psf B7 7,000 psf * This assumes preparation of the foundation subgrade is performed per the original report and that dewatering is performed, as needed, to lower groundwater levels to at least 4' below the culvert bottom prior to excavation for the culvert. The headwalls and wingwalls should be designed for a drained active earth pressure of 55 pcf. This assumes the following: a. 24 inches of free draining clean "Chico" bedding stone (one inch nominal size from Bridgeport, Texas area or equal). Provide perforated drain pipe at base of walls and drain into culvert. b. Select fill (clayey sand/very sandy clay) having a PI of 5 to 14 should be placed in a 45 degree wedge beginning 2 feet behind the base of the walls. Compact in 8 inch lifts at -2% to +2% of optimum to 95% ASTM D698. Increase compaction to 98% for Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas,Texas 75247 972 709-7384 Supplementary Report Burchill Channel Improvements 1 Fort Worth, Texas Mns-TEK Engineering MTE Report No. E12-0316-03 &Associates, Inc. Page 2 fill depths exceeding 12 feet. Settlements should be limited to about 1% of the fill height. c. Cap with 18 inches of on-site clay. Compact in 6 inch lifts at +1% to +4% above optimum to 95% ASTM D698. d. A suitable free draining geotextile should be placed below the clay cap and at the interface of the free draining stone and select fill. Note: For surcharge and live loads above the top of the culvert, use an active earth pressure coefficient of 0.50. To resist sliding, the following friction factors and passive earth pressure values should be used. The values recommended below assume preparation of the foundation subgrade is performed per the original report and that dewatering is performed, as needed, to lower groundwater levels to at least 4' below the culvert bottom prior to excavation for the culvert. Friction Passive Earth Boring Factor *1 Pressure (*2) B1 0.30 150 psf/ft B3 0.30 250 psf/ft B7 0.30 250 psf/ft (*1) Ultimate friction factor. An appropriate FOS should be used. Note: These design values assume the excavations for the base of the footings are battered back (down away from wall face) along a 20:1 slope (5%). (*2) Linearly increasing with depth for key below footing in direct contact with compact undisturbed soils beginning 1 foot below bottom of footing. Forming of key below footing should not be allowed. Concrete for key below footing should be placed within neat vertical cut made in undisturbed soils or rock below the footing base. If we can be of further assistance, please do not hesitate to contact us at 972-331-8808 Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. Mark fFa w, P.E. ��� ����Steve Mason ZE OF r p Geotechnical Consultant g'�P••' •:F.f9lgsident lip i •:•• ' •�' 1! gg 't * ! MAS-TEK ENGINEERING a ASSOCIATES MARK W•••� 4 5 9 • •.... TEXAS REGISTERED �j 0% 80 ENGINEERING FIFtl1A �1 'cFR'•�C�IYSE�•• � i F-1418 Ott S' -A EN�X GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised Julv I,2011 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNV/DBE NON-M//WDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.5/30112 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than two (2)months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? 4 Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) +No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ep rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? _[/Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non.responsive.) __allo NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? -_Yes M_No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.5/30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) --H-No 10. Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/wBE Office to address the corrections =No needed.) 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev.5/30/12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's WWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5/30/12 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: . A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the oint venture MBE firm Non-MBE firm name name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NO'T'E: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BIDE Ordinance. Rev.5/30/12 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --- ----------------------------------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sea!) Rev.5/30/12 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MM//DBE NON-M/M/DBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5/30/12 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M//WDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the 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. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5/30/12 FORTWORTH ATTACHMENT 1A Page 2 of 4 • Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E E 0 F7 Rev.5/30/12 FoR_ r�W�ox�TH ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E E El El E El L1 Rev.5/30/12 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Nameffitle(if different) Company Name Telephone and/or Fax Address E-mail Address City/Statemp Date Rev.5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised Jule 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BURCHILI,CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 • le integrated environmental solutions 14 January 2014 Scott K. Hubley, P.E.,CFM Freese and Nichols 4055 International Plaza Suite 200 Fort Worth,Texas 76109 Re: Waters of the United States Delineation and Section 404 Permit Assessment Harvey Burchill Drainage Improvements;City of Fort Worth,Tarrant County,Texas Mr. Hubley, Integrated Environmental Solutions, LLC. (IES) performed a survey to identify and delineate water features that meet a definition of a water of the United States at the intersection of McKenzie Street and Avenue L along a tributary to Sycamore Creek in the City of Fort Worth,Tarrant County,Texas(Attachment A,Figure 1). This report will identify any potential jurisdictional waters to ensure compliance with Section 404 of the Clean Water Act (CWA)for the proposed road improvements. INTRODUCTION Agencies that regulate impacts to the nation's water resources within Texas include the U.S. Army Corps of Engineers (USACE),the U.S. Environmental Protection Agency(USEPA),the U.S. Fish and Wildlife Service (USFWS), and the Texas Commission on Environmental Quality (TCEQ). Jurisdictional waters of the United States are protected under guidelines outlined in Sections 401 and 404 of the Clean Water Act (CWA), in Executive Order 11990 (Protection of Wetlands), and by the review process of the TCEQ. The USACE has the primary regulatory authority for enforcing Section 404 requirements for waters of the United States,including wetlands. The definition of waters of the United States, in 33 Code of Federal Regulations (CFR) 328.3, includes waters such as intrastate lakes, rivers, streams(including intermittent streams), mudflats,wetlands, sloughs,wet meadows,or natural ponds and all impoundments of waters otherwise defined as waters of the United States. Also included are wetlands adjacent to waters (other than waters that are themselves wetlands). The term adjacent is defined as bordering, contiguous, or neighboring. Jurisdictional wetlands are a category of waters of the United States and have been defined by the USACE as areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Waters of the United States are defined in 33 CFR 328.3(a)as: 1. All waters which are currently used,or were used in the past,or maybe susceptible to use in interstate or foreign commerce,including all waters which are subject to the ebb and flow of the tide; 2. All interstate waters including interstate wetlands; Integrated Environmental Solutions, LLC. 2150 South Central ExpresSWay,Suite 110 McKinney,Texas 75070 www.intenvsol.com Telephone:972.562.7672 Facsimile:972.562.767 3 Mr.Scott Hubley Page 2 Harvey Burchill Delineation and Section 404 Permit Assessment 14 January 2014 3. All other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds, the use, degradation or destruction of which could affect interstate or foreign commerce including any such waters: I. Which are or could be used by interstate or foreign travelers for recreational or other purposes;or ii. From which fish or shellfish are or could be taken and sold in interstate or foreign commerce;or iii. Which are used or could be used for industrial purpose by industries in interstate commerce; 4. All impoundments of waters otherwise defined as waters of the United States under the definition; 5. Tributaries of waters identified in paragraphs(a)(1)-(4)of this section; 6. The territorial seas; 7. Wetlands adjacent to waters(other than waters that are themselves wetlands)identified in paragraphs 1- 6 above. 8. Waste treatment systems, including treatment ponds or lagoons designed to meet the requirements of CWA (other than cooling ponds as defined in 40 CFR 123.11(m) which also meet the criteria of this definition)are not waters of the United States. On 05 June 2007, the USACE and the USEPA issued joint guidance on delineation of waters on the United States based on the U.S.Supreme Court decisions in Ropanos and Carobell. Under this guidance, potential waters of the United States have been classified as traditional navigable waters(TNW), relatively permanent waters (RPW) (i.e., having flow most of the year or at least seasonally), or non-RPWs. This guidance states that TNWs and RPWs and contiguous or adjacent wetlands to these water features are waters of the United States. Wetlands that are bordering, contiguous, or neighboring another water of the United States is considered adjacent. Additionally, wetlands that are within the 100-year floodplain of another water of the United States are also considered adjacent. Non-RPWs, wetlands contiguous or adjacent to non-RPWs, and isolated wetlands must undergo a "significant nexus" test on a case-by-case basis to determine the jurisdictional nature of these water features. Under the"significant nexus"test a water feature must have substantial connection to a TNW by direct flow,or by indirect biological, hydrologic, or chemical connection. Under the "significant nexus" test the USACE District Engineer must submit the jurisdictional determination (JD)to the regional USEPA office, which makes the decision whether to move the JD to Headquarters USACE to make the final determination. The new guidance does not void the January 2001 decision of the U.S. Supreme Court in Solid Waste Agency of Northern Cook County (SWANCC) v. USACE which disallowed regulation of isolated wetlands under the CWA through the"Migratory Bird Rule." Previously,the USACE assumed jurisdiction over isolated waters of the United States based on its 1986 preamble stating that migratory birds used these habitats. The "Migratory Bird Rule" provided the nexus to interstate commerce and thus protection under the CWA. However,the new guidance does require that the "significant nexus" test be performed in addition to an analysis of other potential interstate commerce uses for isolated waters. METHODOLOGY Prior to conducting fieldwork, the U.S. Geological Survey (USGS) topographic map (Attachment A, Figure 2), the Soil Survey of Tarrant County, Texas,and the Natural Resource Conservation Service(NRCS)digital soil database for Tarrant County (Attachment A, Figure 3), the Federal Emergency Management Agency (FEMA) Flood Insurance Rate Map (FIRM) (Attachment A, Figure 4), and aerial photographs of the proposed project sites were studied to identify possible waters of the United States and areas prone to wetland development (see Attachment Q. Mr. Clint Fowler of IES conducted the field surveys for potential waters of the United States in accordance with the USACE procedures on 24 November 2008. Mr.Shae Kipp of IES confirmed and updated the delineation in the field in accordance with the USACE procedures on 24 September 2013. Mr.Scott Hubley Page 3 Harvey Burchill Delineation and Section 404 Permit Assessment 14 January 2014 Wetland determinations and delineations were performed on location using the methodology outlined in the 1987 Corps of Engineers Wetland Delineation Manual and the Regional Supplement to the Corps of Engineer Wetland Delineation Manual: Great Plains Region (Version 2.0). The presence of a wetland is determined by the positive indication of three criteria (i.e., hydrophytic vegetation, hydrology, and hydric soils). Potential jurisdictional boundaries for other water resources (i.e., non-wetland) were delineated in the field at the ordinary high water mark (OHWM). The 33 Code of Federal Regulations (CFR) 328.3(e) defines OHWM as the line on the shore/bank established by flowing and/or standing water, marked by characteristics such as a clear, natural line impressed on the bank, erosion shelving, changes in the character of soil, destruction of terrestrial vegetation, presence of litter and debris,or other appropriate means that consider the characteristics of the surrounding areas. Water feature boundaries were recorded on a Trimble GeoExplorer XT global positioning system (GPS) unit capable of sub-meter accuracy. Photographs were also taken at representative points, and their locations recorded,within the study area (Attachment B). RESULTS Literature Review Both the USGS topographic map Fort Worth 7.5' Quadrangle, 1955 (Attachment A, Figure 2) and Soil Survey of Tarrant County, Texas (1979) illustrated the unnamed tributary of Sycamore Creek within the project site. The FEMA FIRM (Attachment A, Figure 4) illustrates the project site within Zone A (areas inundated by the 100-year flood with no base elevations determined) and Zone X (areas determine to be outside the 500-year floodplain) (Map Number 48439C0410 J effective 23 August 2000). The Natural Resources Conservation Service (NRCS) digital soil survey data for Tarrant County (Attachment A, Figure 3) mapped two soil series within the project sites—Aledo-Bolar-Urban land complex, 3 to 20 percent slopes and Sanger-Urban land complex, 1 to 5 percent slopes. Neither of these soil series are listed on the Hydric Soils of Texas list prepared by the National Technical Committee for Hydric Soils(revision April 2012). Historical aerial photographs (Attachment C) of the site confirm that Tributary 1 has a direct connection with a TNW and that there are no other water features within the project site. Below is a brief review of each aerial photograph and water features identified on the site. • 1942—Tributary 1 is visible in an east-west orientation across the aerial photograph. Tributary 1 appears to have a connection to Sycamore Creek northwest of the project site. No other water features are visible within the project site. • 1956 — Site conditions appear to be the same as the 1942 aerial photograph with some residential development around the project sites. • 1964—Tributary 1 appears to have been diverted into Sycamore Creek via underground box culverts. In the process of diverting Tributary 1 it appears the existing connection north of the project sites was filled and is no longer visible based upon the aerial photography. • 1976—Site conditions appear unchanged since the 1964 aerial photograph. • 1987 — Residential development has appeared within the area. No other changes appear to have occurred to Tributary 1. Site conditions appear to be very similar to the 1976 aerial photograph. • 1996—Site conditions appear to be the same as the 1987 aerial photograph • 2008—Tributary 1 is visible in an east-west orientation across the aerial photograph. Sycamore Creek is visible west of Tributary 1. No direct connection between the two water features is evident due to the diversion of Tributary 1 apparent in the 1964 aerial photographs Site Survey The project site was dominated by a riparian plant community with outlying areas of a grassland community. The local area adjacent to the channel was predominantly forested with the surrounding area consisting of residential Mr.Scott Hubley Page 4 Harvey Burchill Delineation and Section 404 Permit Assessment 14January 2014 and park areas. The grassland community was primarily urban areas that were regularly maintained with the dominant species being Bermudagrass (Cynodon doctylon). The riparian community was located adjacent to Tributary 1 throughout the project site. The riparian community was dominated by Osage orange (Mocluro pomifera), sugarberry (Celtis loevigota), cedar elm (Ulmus crassifolia), American elm (Ulmus americana), cottonwood (Populus deltoides), giant ragweed (Ambrosia trifida), black willow (Salix nigra), eastern red-cedar (Juniperus virginiona), American sycamore(Platanus occidentalis), red mulberry (Morus rubra), greenbrier(Smilax rotundifolia), poison ivy(Toxicodendron radicons), deciduous yaupon (Ilex decidua), wax-leaf ligustrum (Ligustrum japonicum), Chinese ligustrum (Ligustrum sinense), coralberry (Symphoricarpos orbiculatus), and giant reed (Arundo donax). The topography of the area was rolling with a significant slope towards the Tributary 1. The majority of the properties surrounding the project site were residential developments, and undeveloped lots. The tributary is fragmented throughout the area, as there are numerous road crossings and ultimately culverted between Beach Street and its confluence with Sycamore Creek. Sycamore Creek flows into the West Fork of the Trinity River, which is considered a TNW east of Riverside Drive in Fort Worth, Texas. Potentially jurisdictional waters were delineated within the project area and detailed below(Attachment A,Figure 5 and Table 1). Table 1. Waters Delineated within Study Area Water Potential Water of Hydrology Length Area Identification Water Feature Type the United States? Characteristics (Linear Feet) (Acres) Tributary 1 RPW Yes Intermittent 1,665 0.33 JURISDICTIONAL TOTAL 1,665 0.33 Tributary 1 was an intermittent tributary that flowed northwest through the McKenzie Street culverts from southeast to northwest, which ultimately emptied into Sycamore Creek. The tributary was downcut into the landscape generally between two to six feet throughout its course. The tributary had a rock bottom throughout with several areas with cobble substrate. The tributary was delineated in the field base on destruction of terrestrial vegetation, debris sorting, bed and bank, and a natural line impressed in the bank and was surrounded by a riparian plant community. Tributary 1 was flowing at the time of the field inspection and several sections of tributary were pooled, as well. Given the amount of flow observed during the delineation and the time period between a significant rain event and the field visit, it is IES' professional opinion that Tributary 1 would be considered to have intermittent flow and be a RPW. Tributary 1 has a direct connection to Sycamore Creek,which is a tributary of the West Fork of the Trinity River, a TNW east of Riverside Drive in Fort Worth, Texas. Given Tributary 1's indirect connection to a TNW,it is IES'professional opinion that this tributary would meet a definition of a water of the United States and therefore be regulated under Section 404 of the CWA. SECTION 404 PERMIT ASSESSMENT The proposed project will result in re-constructing McKenzie Road such that water resulting from large storm events will pass under the road, as opposed to over the road. This will be accomplished by removing the existing 96-inch concrete arch culvert and associated concrete headwalls and replacing with five, 9-foot by 7-foot reinforced concrete box structures. As a result of the larger culvert capacity,the proposed project includes limited grading of the tributary upstream and downstream. This grading is minimized through the use of one strategically placed wall along the steeper sloped banks. To facilitate maintenance of potentially accumulated sediments within the vicinity of the culvert headwalls, access ramps are proposed along the banks of both upstream and downstream of the McKenzie Road (Attachment A,Figure 6). As the proposed activity would be associated with reconstruction or modification of McKenzie Street, the proposed project could be authorized under Nationwide Permit (NWP) 14—Linear Transportation Projects. NWP 14 authorizes activities required for the construction, expansion, modification, or improvement of linear transportation projects within waters of the United States;the discharge cannot exceed 0.5 acre of waters of the United States. A Pre-Construction Notification (PCN) would be required if the loss of waters of the United States Mr.Scott Hubley Page 5 Harvey Burchill Delineation and Section 404 Permit Assessment 14 Ja uar y 2014 exceeds 0.1 acre or there is a discharge in a special aquatic site, which includes wetlands. A copy of NWP 14 is included in Attachment D. The proposed McKenzie Street re-construction project will not require a PCN following General Condition 31 of NWP 14, as it does not exceed any of the notification thresholds. There are not any special aquatic sites (i.e., wetlands) located within the project area; therefore, there will not be any impacts to these water feature types. The proposed project will impact 0.07 acre of Tributary 1, which includes previously culverted and concrete-lined sections of the tributary. The 0.07 acre of impacts includes the proposed concrete headwall/apron, grading associated with the roadwork, and demolishing the existing infrastructure (Attachment A, Figure 7). As a result, the proposed project does not meet or exceed any of these PCN thresholds and therefore would be authorized under NWP 14, without any notification to the USACE. As this crossing would be authorized under a NWP, all applicable Nationwide Permit General Conditions must be followed; the following summarize the applicable General Conditions from NWP 14(see Attachment D): • GC2: Aquatic Life Movement—the culverts will be placed in a manner to maintain low flow conditions. • GC6: Suitable Material — the proposed discharge includes culverts and concrete placed within the channel. • GC9: Management of Water Flows — the proposed crossing will not alter the pre-construction course, condition, capacity, and location. The crossing is proposed to handle normal and expected high flows. The culverts will be installed to pass the flows and not create an impoundment. • GC11: Equipment—Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. • GC12: Soil Erosion and Sediment Controls — Appropriate best management practices (BMPs) will be installed (i.e., silt fence) around the disturbed areas and along the tributaries in the area to minimize any movement of sediment off the site. The disturbed areas will be re-seeded with approved grasses immediately after construction. • GC14: Proper Maintenance—The road crossing will be properly maintained to ensure passage of normal and expected high flows. • GC18: Endangered Species — There is no preferred habitat for listed endangered species in the project area;therefore,there is no anticipated affect. • GC20: Historic Properties — The project area was surveyed and coordination with the Texas Historic Commission (THC) is currently being conducted in accordance with the Texas Antiquities Code. The survey identified the 96-inch culvert meets the criteria to be identified as a cultural resources site, as it exceeded the 50-year criteria; however, due to the abundant number of these and the lack of any unique construction design, it is being proposed as not eligible to be listed on the National Register. Furthermore, the coordination with THC being sought is a "No effect determination". Through coordination with Mr. Robert Scott with the USACE, he does not require coordination, or a PCN, for culvert replacements. • GC21: Discovery of Unknown Artifacts—In the event of discovering any artifacts during the construction, construction should temporarily stop and Environmental Affairs should be notified. In conclusion, it is our opinion that the road rehabilitation would be authorized under NWP 14 with no notification requirements to the USACE. The project will also be required to comply with the conditions associated with the 401 Water Quality Certification authorized by the TCEQ. On 05 April 2012, the TCEQ conditionally certified that the activities authorized under NWP 14 (along with others) should not result in a violation of established Texas Water Quality Standards as required by Section 401 of the CWA and pursuant to Title 30 Texas Administrative Code, Chapter 279 provided that specific conditions are followed (Attachment E). Attachment E provides a list of BMPs for erosion control, sediment control, and post construction total suspended solids(TSS) control. The project must implement at least Mr.Scott Hubley Page 6 Harvey Burchill Delineation and Section 404 Permit Assessment 14 January 2014 one of the BMPs from erosion control and sediment control categories to comply with Section 401 of the CWA and applicable state laws. CONCLUSIONS To summarize the delineation, one tributary was identified and delineated within the project sites. A summary of these features is presented in Table 1. Based on the June 2012 guidance, it is IES' professional opinion that the USACE would determine that there are indirect biological, hydrologic,or chemical connections to the Trinity River, a TNW. This opinion is based on the vegetation composition and structure of the riparian corridors, geomorphology of the channel, and relative proximity to the navigable water. As such, Tributary 1 would be considered a water of the United States. As a water of the United States, discharges into the tributary would be regulated under Section 404 of the CWA. This delineation is based on professional experience in the approved methodology and from experience with the USACE Fort Worth District regulatory biologists; however,"this delineation does not constitute a jurisdictional determination of waters of the United States. Only the USACE can make the final jurisdictional determination, which can be based on the professional opinions presented in this report. Proposed activities associated with the re-construction of the McKenzie Street culvert would result in unavoidable impacts to waters of the United States. Permanent impacts to waters of the United States at McKenzie Street would be authorized under NWP 14, without a PCN to the USACE. The conditions of NWP 14 have been included as Attachment D and the conditions associated with the conditional water quality certificate have been included as Attachment E. IES appreciates the opportunity to work with you and Freese and Nichols Engineering on this project,and hope we may be of assistance to you in the future. If you have any comments, questions, or concerns, please do not hesitate to contact me at 972/562-7672(rreinecke @intenvsol.com). Sincerely, Integrated Environmental Solutions, LLC. Rudi Reinecke Vice President Attachments File ref: 04.134.002 aA sJa/( GAY sJGAV S �S}yBiJg G) Q � > ° > Z Ow c i we N CD Wk ' J O ' f m . a► ' Z O O W O 0 O LO 4 F F�Is PJ 1103 3 W - W J c' a d ?> > E Is a U �� 1�� ; � Iglu! ❑i -1� -•gig_ L— -t F i< CI) r cn ' �s I 7 �1 W 'so Lea, w _ w ,...s , . � -� ._._,. ., tty:c•=~ yye�thilC, ) cf� Rd t tv C y SAV JBuuo:3' Pie .t1 . "41t chell Blvd CO :0 171 0ow- 1. 11 m: 5. �- j o 9V e4isque oaks'- q`t`r :��ik 1't+.o.� �G ., . , _ ,�,• _�. - q° ;.Iz` rS IIeF e4)I1y1 r' .^na n r0 co m isser N 990 '+ cn CD a i c co N m > M V c Mccurdy St c v N O CL O, V }E Lo E w c co 9 i K o ' O uJ a o-I q � CL 01 r (n _ aal aslziag > f O s °o w a > N c>3 _ CU a E 1<s IalUed > N x c� U c U xawE _ 3S;uaassip ysbi u! x 3 A E O Q o +- any Jauuaa uJ IL LU I i 1 = U c) o c) z a i rti `■ i'r 1u■ a■r ■ y •i■ j i F` z LO ■ ■� O LA LO a ■ '�' l i J � # r te C 4 ■ - �■ ■■ _ #P r sr ' O ■ ;Fri■* -� i 1 a T ql. ■� NO lf. ■ dr s - ■ rJ + ID !n dr a. .' ■ ' ..Pr ■Fr■jam i I��i •" a d•r■ yqr LO ?;6 CC� Q. cc LL) ■■ r� =i� :3 O O— O'D L D. r I.L �o ca�i � Q co co I Z cu o E ai y An ca4— M00 C) U) U_ L 111W C)1. z ti COO C) a 12 C) 0 M cv ■r " w i , 11 C) dmw C) LO ca L M U C l ti rt I . 0 :x v w c c o a a) o o Q) o o. a N •' M LO r CO M O O X O N r + ca U C. X X r, O E O a) X V a o U cu U C C C = r L (0 (0 7 � p fU u 4 = p N U LL A d w D O �L r a Cl) co m �w o N A W L ' rw C (D N co (n O U) y C N L c a N 3 0 cc co -0 LO C) o = U Co � QU) i O cc �+ N , N C cc N co I— X Q N U T3 ICE cu p co E aD Z c ai k y, ` Ucn0cnN OL ♦ ♦I r 1♦+I r+r I r r r r I r r ♦ ♦1 1 1 1 1+++++++++1 k + r� W ♦R 1 1 1 1 1++k ++++1 r r+ CD -1 /� /� +r1lrlrrrr rrrrr r `V `V + rtrtrtrtrtrtrt11Y1+►++Y+YYY YYIYRYIYR+I YYI n /nom ✓� Yr►rtrtrtl/►I► •rrry r CD ` • 1+1+*♦I+I+I+I+r++rt++r+++ +rYVYrt++++ VYV w, � .. � � . fn +.....rrtrYrrr rt►rrr .. ^ r rt 1 1 1 1 rt r Y r Y r I►r r + n /�'1 /1 X +YIYYYYYYYIYYIrt+rt++►*+V+►+I+ ++1+++++ ++ CD �/ �w� � D + I+rt+y+y+y+y+y+r y+y+y+y+y+y+y+y +y+y+y+ ++ W O1 Q /�1� V/ ♦ Y Y rt rtIY1Y1+1Y+Y+Y♦Y+►+►�►�►O+ 0 \V \V YI � - � � � � ♦ rtr rlrrt rtr CD r* T Rr ♦ r r+r rt� M CL -n + m � 3 � cc T CD � ° ° � r 1 " 0 n (n +CD Ln C � D ° CD C: + : 1.. 1 rrtrt+rrrrtrtrrtr+rrtr J� ♦♦♦rtrt N� � r+♦rt♦rt♦rtrrtr Y° O 3 � � Yrt YRY*YIr1♦I♦I♦♦r rtR Ir1 Irt�rt�rtrtrt�rtrt►r r rrt. CD CD 1R ILLLIrrt.1.Ir rtrt �I *+ IIrt♦rt111111111111 rtrt .�-t + rt*rt i iirtrl♦Irv♦ rtrt s r♦rrt♦Irtrtrtirt♦rt♦*♦ rtrt 1.1 rrtrrtrrtrtl�rti+I+*� rt +rt+ Y+rtrt+iR+1I rt♦rrtr ® rrtr Ir1r1r r1+1+11rtY 0 0 m RRIR+1++++++rtYYrrtrtrt+YrtY +++Y Y Y Y Y R � 1+ +++rrtrrtrrtrrtrrtrrtRrtli n N N n N r r+rrrrrrY R r r♦rrrrr r d 7 0 7 N j O +yY y�y�y{y*yrtyr+r n O C L1 Cp n CD 3 Cfin.. *r 11+1+Ir1r CD D Q1 �, X (D X N . +*+ rtrrtrrtrrtr CD ' II+I+I+a I+IV+++r ♦r♦ r r O•D N CD L1 pOj fD �+ rtrt+IV rtr rl•++rt d Cp N 0 rt�1� r♦rt rtrtrtrt rtrt Z N• N (n O N 1r�r�1 v1♦�♦ rtrt♦rte _ CL 0 /+ r♦ Y Y CL M 7 rrt+1+ 1111 rt Y1Y r 0.) p N Cap N CD C1 CD 'p \ 3 C1 ++ y++ y+ 1+1+++++ d 7 /r r Y ♦1♦r O = (n y N N y - 0 0 T7 7 L1 IRrt1 r Rlrr+ r a N , O 7 r r 1 I r r r r1+1+1+1+1 d O C rrt Irrr rrrv+ CD C tD O r1 r rt r R R R r+♦ a 1rt1rt1rt1rt1 CD D n N n CD +♦Irlvrtrrtrrtrl+lY1♦1♦1♦1♦s1 i1♦I+1 ♦rlrrt♦rrrrr♦IIV rrr r •r♦I♦♦IrrrYYY1♦ rr ? a rrrrrRrlr+rYr1♦v ♦r d y O ♦ /+rrrrRli♦+rrtrtrt rr R 1♦+♦r r Y Y 1 r r r 1 1 r r r 1 O O Q tD O C YIRIIIrt1♦Ir1r1+rtY1Yrt+1+1+1+11111Y rtrt 7 N O C) V1 rrrrYrR♦Irtrllrrrrll �n (n CD Q. Ir1++Irtart+rtrtrtVrt+rtlrtlrt+rt111111+rt+rt+rt11Y1R 1 CL C LD J =b CD 11 +IRII+R♦111+rt+1+rt+vYrt+rt+rt+rt♦III+rt+rt+rt+rtY11 O Q' O + rtrrtr+Yrt♦rtrt rtrt rtrrtrl♦I+rtrrt♦rtrrtrrtrrt♦1♦Irrtrrtrrtrrtr rt (D O O ylrtrrtrrtYrtrtrt♦rt11+rt++11+rt+rtrtrt+rt+rt+rt♦IIIIrt+rt+rtrtrt+ Y CD n CD L1 CD =r +IrrRrtrrrrrtrrrrrrrllrrvr i� Cn +111rtrt+1+1+111+1+1♦I+I+IVI+I+rt1111r1+1++IrIr1+1+ 3 M O C1 � 1 +1+1rtrt+111+1+IrtI+I+IrtI+IrrtrtI+I+1�IrI+I+lYrtrrti 1i1r O O. O ' � N rt r+rt+rt+rt+1♦I+rt+rtrtrt+rt+rtrtl+rtrl♦rt+rt+rtrtrt+rt+YrtR 1 I v rrt N o ♦Irrrrtlrlrrlrrlrrrtr CL C __.II1 c ♦rrrrrrtrrYrrlrrrrr♦ r r rt rt r r r I r I r r r a Q o 7 rt�lrtrtrtrtrrtrrtrrt�l�rtrrt�rtrrtr . d o C ♦++rrt++rrt++/ O 7 7 o tD rtr1 Rrtrrtrrtv+rl♦Irrtr+r+�Irrtr1� a � d rrr ♦rrrrllr+Irrr ++Y+ 1 1 1►++Y 1++1++ C CO r++rt rt ♦♦1 1++Y Y I++1+ � (D � rt+1 1 rt rt ♦R 1 1 1++Y Y++/++ 1♦1/ Y Y I Y I+++r Y O Q1 C vrrtrrt�rt�rt♦♦ +rt�rt�rt�I�rt�Irrtr CCDD LD ♦1Ir1♦ rrrrvlr � a/artrtlYli RIrIr 11+1+1+1+1 0 (n ? rrlrYRr ♦rtrrrr ♦IrrrrR♦ ♦IYY ♦+vrrrY ♦IIr o CD Cp tD ♦+rrrrY♦ ♦1 7 p cn = +y+y+Irlr1♦rt.rtY R♦♦ rrv11YY 7 O CA Yrt11111111Y1+1 C a rtrt111111111+ Y rt1Y11111+1+ 7 rtrtrtvl�rtrrtr O rtrlrr+r r Y IIIrt L BI K�EY N 0 M =r Oil N Cn O CD r* m J O -1 O CD CD t=i W w. N N O LL O N 4_ O 00 U r � O O N O d cc N 'C 4) a - y— O cc cC cc MAL O c O .E cc 4 PF 4) m co IL y H c4 U- C: M a N � 0 +� N N � U) �OQ LL tAW Q s UL CU co 4WV m 0 0 04 rte-• L � � � d W L L LL cu O U O L H N aN s N H c6 E m cu 7 7 N O c6 O N C3 cn O cn Q W O LL 3 N O O r R" O II O - L r U C O - Lo I i O cE O a� L1,J I cc c U1 O > a y O 2 O LL $« O O O co a a a 0 0 0 0 Afil a a a a c .�, C .c, L _O Cs M n' O Y V W O .� N (0 CD Ul 'C > O L- O O :3 Q r LL co 4- _N cc c6 X U O H O aN 4 cu - a CC C C O L 4— U O m- m O U U) U) • - w a� Z C)LL IN 3 0 c� n t U C O r CD w O M N O .0 d CD R O � a M Ea ) o o E > Cu co rn r U .+ kX t O O O �+ - U O O O O> a o XX r _ a ci CIO m O M O L oa co N (6 I` co (n LO 'C _0 oQ � 0 � Q Q N ca C C U CL C a..� X U N O M ~ E O C O .r O O m O Uc/) ocn ATTACHMENT B Representative Photographs 4 W y-+ Z C) N CD ID 3 0 0 o C) — U � C O N O ` +C t �r 0 L w Vj^' t c0 W k ++ i Q u ch a- T o C) O U') U) U O LL O Q A �r N 0 C. (u (p N N 0) i cu V r O r 0 N fl-CV r O N D .(LC O ca O N L) U) 0 ) < a .-ter Phi raph 1 a h 2 6 i Photograph 3 Photograph 4 p ORAL Photograph 5 Photograph 6 ATTACHMENT C Historical Aerial Photographs TM TeIALL Corporation Historic Aerial Photo Search far the site Harvey Burchill, Fort Worth, TX 04.134.02 performed for I.E.S. 12/15/2008 Photos Found Date County Source Scale Researcher Comment 2008 TARRANT NAIP 1 inch= 1000 feet NORTH 2008 TARRANT NAIP 1 inch= 1000 feet SOUTH 1996 TARRANT USGS 1 inch= 1000 feet NORTH 1996 TARRANT USGS 1 inch= 1000 feet SOUTH 11.13.1987 TARRANT TXDOT 1 inch= 1000 feet NORTH 11.13.1987 TARRANT TXDOT 1 inch= 1000 feet SOUTH 2.27.1976 TARRANT TXDOT 1 inch= 1000 feet NORTH 2.27.1976 TARRANT TXDOT 1 inch= 1000 feet SOUTH AERIAL PHOTO SOURCE ACRONYMS ASCS AGRICULTURAL STABILIZATION AND CONSERVATION SERVICE TXDOT TEXAS DEPARTMENT OF TRANSPORTATION FAIRCHILD PRIVATE COMPANY USAF UNITED STATES AIR FORCE GILD GENERAL LAND OFFICE USDA UNITED STATES DEPARTMENT OF AGRICULTURE TOBIN PRIVATE COMPANY USGS UNITED STATES GEOLOGICAL SURVEY AMS ARMY MAPPING SERVICE NAIP NATIONAL AGRICULTURE IMAGERY PROGRAM COSA CITY OF SAN ANTONIO HGACOG HOUSTON AREA COUNCIL GALVESTON NCTCOG NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS WALLACE PRIVATE COMPANY CAPCO CAPITOL AREA PLANNING COUNCIL TELALL PRIVATE COMPANY ,me IBWC INTERNATIONAL BOUNDARY AND WATER COMMISSION TeIAL! !—Is 800.583.0004 by fax 888.756.7647 TM Tel LL Corporation Historic Aerial Photo Search for the site Harvey Burchill, Fort Worth, TX 04.134.02 performed for I.E.S. 12/1512008 Photos Found Date County Source Scale Researcher Comment 10.9.1964 TARRANT ASCS 1 inch= 1000 feet NORTH 10.9.1964 TARRANT ASCS 1 inch= 1000 feet SOUTH 9.1.1956 TARRANT ASCS 1 Inch= 1000 feet NORTH 9.1 1956 TARRANT ASCS 1 inch= 1000 feet CENTRAL 9.1.1956 TARRANT ASCS 1 inch= 1000 feet SOUTH 4.2.1942 TARRANT ASCS 1 inch= 1000 feet NORTH 4.2.1942 TARRANT ASCS 1 inch= 1000 feet SOUTH AERIAL PHOTO SOURCE ACRONYMS ASCS AGRICULTURAL STABILIZATION AND CONSERVATION SERVICE TXDOT TEXAS DEPARTMENT OF TRANSPORTATION FAIRCHILD PRIVATE COMPANY USAF UNITED STATES AIR FORCE GLO GENERAL LAND OFFICE USDA UNITED STATES DEPARTMENT OF AGRICULTURE TOBIN PRIVATE COMPANY USGS UNITED STATES GEOLOGICAL SURVEY AMS ARMY MAPPING SERVICE NAIP NATIONAL AGRICULTURE IMAGERY PROGRAM COSA CITY OF SAN ANTONIO HGACOG HOUSTON AREA COUNCIL GALVESTON NCTCOG NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS WALLACE PRIVATE COMPANY CAPCO CAPITOL AREA PLANNING COUNCIL TELALL PRIVATE COMPANY IBWC INTERNATIONAL BOUNDARY AND WATER COMMISSION IES16636ldALL 800.583.0004 by fax 888.756.7647 '! -# _� ,,+� �. - � �'•emu. + r � t ,y .� PF Cluu AJ AL • L' �I •� f _ �' �• � } I � s CA if � , y T Is go � r ,A. u ♦ -ten lip, 9-7 7i •a f � « F 0. T1 # 5 .,� � - r*. • , -a�, ,yy.+ � Fit .� y ` s a 1 a 'F 4fy � ` rla t I 'i r rR +� F y w Its IF. ' A , 10� � 4• d' '�rY fir. L GL dP • t , _ /k li. } IL _ {� 'e 4e`�'/�F � "`',i4�'4• .} .may � ...� i– � i'j n .4 i��`i � .� li� E , } ,*. ra--• a ty f ■7• d��� _ Y� '�� � 1.� � 'fir. ,l'�,}} bT a ' - 1 .�`. }s. 3 f1 ► e ^ 7 +`�. L l.�,r"- .• * 'Mrs` '+•'�-7y "-r-��•"- "� ..�► ii - f k+.�- �. �+7. # Irks° f! .P. ■r�� _ - ' ` � I T'9e Ate"' ".;•,.� � - r - :. .� - : _ 4�' -y t.; f � .1 } J F F 1 I - fit:-�.,:��� -, ,➢� 4 -�_ - 1„_,�� -5� �' • T 4L i 71 n� M J} r�# rrT°�.' 1M ° y !T r■ rr�f $Lt.� T—.-,Vjj, r Y .fie e+ �' �5_ ,�� ¢�• # , y { rF� r r -� M J' n I � � i t.s.,. � Y+ ,x-. '• pw lip ,_a a 4�`d!.r r � F - � X' "�► �.y.".� ��� ..� � �, t W I�il�,a � 'E-v .E � T � b � i y i.■ - ���: w•1',:t+ Rw.1� 'r' }d a,.� + *� ' # �g � fi 1 - •Ir *. ,Irar.id■ , +{n fi°E 4i d y F. ' a c• 1 aYl it r 14 old. E �� a • _ � ! .. i �` � agar YIP 1� i h Ilk r �. - -. .I• �' *+, �+ � y +# '��� yaPY .* # 'ice• Ilk lip { w i I y rR y 4 x/.14 •id+iit* • dC.� { �� ..JF # `n If 1 , yr't x Fy+ r +a4 AL ir - + .s �Y �I�p #{ �F� � �`—• { 1. i..r. �. � ; '! s_ R !'� F� # A{+'r Y*�re� fJ yaF R +�Y ■!#. f.a,�• ay4{ ti�li + , _ } �4�R; �jl � Yak � :• �. :� `*">f{�, 1- 777}+++ � �, _ MI �-� rYa. .�. +r�. '�'Yr•rf'!- _ - !l.Mk w�#'�. .tea ��'� �'�'-.Y�, ���, 'j. ,.. ; 'M 1•*�yfY _+... e: + r Y f y ` i tJ''y - x •6. a 11 � �. p _ s 'i it #a rj► _ r �KJi, _ .+ t j .r,f h l x LAta' a = r F j- - L . , all 1w a' 7 ti w � it � ,�/*`".• � `° •�, IL Ir J, eo k � ` +may. a,s • _ I lam"" L"� 9 � '�'t'yr 'o•:1t, ° - -F a _ d � � ♦.+ ` /} " , ,. r k�r '°� ' J° ° j b'• ik i - + y - f 1 , a r - + a "rat• i:f a " ,� _ _ - 7 a aloe* N"M, `, 1 ,F _r �� ;•pr��1.Val. � ,.5.•. � PI + ty �` 4'{ - i I , r SO �i � jidaM t�r�. � b d 4 'Fd iaf'f, j-�. ��� � �;yr.t� �e�� yl '':y _. k� �3 ! ' I ,''• - 4f ,.aF.' 1w ■ ��" ��J 'E.� i �h��'Mr I4 J � v I , , a° I ."S' y 7�R�y ws'f lR .1 � �, `� F a o 'I , F 1 " I I�' ,. •�# � ` A � 1?� I F I.� F r I I " d. • . _ -Y pp t y f.. r 61 f'F r; r t T� L - - , - _ rjrj k r � L + ` AW r - b ,�--'n' 'Y�`-, ♦ art S��.. r r yt - ��f + _ - z, +•. ht.�i 1 ay �';° 671 la 1 wo — ll 7 wa t r lk 4 . N e�.i � she �,. La• � ,.,,t�, a. l4'1 ,'. — ' F�s � M` r� Wr '1Y �R Mir X14 a. • } t /- 5 ra ' t e � : ♦i �i tl m'tl ;t ell ,• 1 �• ',� ,�}- l�C ray i�. y i r # � dw IL , y + y - fib T M _�' * f 9.� 4 ■k�j`' G +. q� Ali t !l � . 0 0. d ' Lr r 1 e. +a a - rr Ilk ■�!`-, y`- r° pe r T i #Sr.. ' ° r t qq• a��lk(f Y'� MF,.�� � .... •y At _ q. p 2° f F. 0. It r-Do, F +►.+"� R57ra�` ltir�p..7 Ala qq Y+�, - I y � * t � •f ,�'• - yam ads ' e *, al ;^ R4 a•� .I{e ! +�'� h+1' Sq,1 �f- .455 .s•.• ' _ psi.. - •y�r - ',ll/ b .� 11^s�F� e �•.r=F it_I r e 4` �L'_ Ile `i li� ! _� --+�• �- � 'e y ION It pit 0 y . 5 y ge 01 0 PI - ,� 1 .{. ;1�1� i11V'1. ^.� .��`�L.:,�1 I Il�r� •� r� � �(. t a, 1 f 14 01 i a lot 6, ,w/- ' , 4 •S' 9 IL 1,op, 9 Y♦ e '.+� a: '". .° '_ � ii �'F �"IF ��J_ '� .�'f Ai��. 5f■ -r`'A1� �.g;t" � , }" �1{ r� e�.• R'.a Ta ' +� 71 �- � ,'iA , i i, yr #., �. -�- / ��.. It 1 :� i R• 3_e• ja +yam � i. Y y . y e ILL- AIL w_r . , � _ * T C t• i -�. p Y A �l. '�, r. ! ~ .., 51a .L � a "we !:•-ie - r {_i4. '✓ �� IF - ' III} •. I It • YV` y IL - - i yy • ' • f *,. � Y--,� - p� 1 •r�•;� a�W,�' ..t �� 1. Y_ ��f'ltYT', °!FA`.l•j �,�f' £V €1 # y • . r 1 Moth- •• „ * '— L q q 4L -v Fs#�' ■ i s I ," -`� �:_. j r,q` i-� iT , t 1�-tA OR 'r fo ire I jr Af ti ]u' . 'ail*'!# t� �_ ! S� '. t J +`_ 'Y � rY * {Y 3!�}I� �i•� Y— �a .�, +• �`_- $w�. ��� -{ e � '�. ell , .`• • _�� • 'd '1 1�, 4 + t a yyy 14 16 erg; , i •.. ��� -�y. � .' #�- k. I}-, ,:•. .�,�, � p� ,7 4 J � lrs " Ml ol 4w 4t. JE t �Y �4 t M 1 • M 46 W ,i:,•.h '•�,M Y � 1�'. - .all. .� �4$ -a h S�-r-j.P Idit ''.Z�•�. "�rle• �� "•! I ,�Y�_^_ r aid - �' ! ` , r ,a ` r t +s y. + • T ftY41, -RIM X i �4 a ���� � •i p��x. -tis}_r�P�� rp.�'�� a�� b .. k�N ,�' 'r, NI[' '=7�1A.►J a' .S.•+:r i Cr�•s� y i T �+F,'i'4', --`y¢'"ltl! ,+ A ;� I� f �..�'Pj,�, . �1 i i�� e', �}i •� ( r ,;,�'' _,.. a '• �� .ui Ap jl- ILI I t 'E • '�,r r �� i!' i j' �.: �1� f f I Cr'�'' 'li�'' ..,1 ��^� h � ,� , '` t y}'b i 4 .. ++�P r'{.►�•ZtS.� �'�-3l(" 6i'y'••p � P •�� ( I I y ss V\ �e��y, ��i/ .N J' '.fir ,+ �'`• rrlC� I^ ��t� �f'°t ��• ; 3'.. J�•'° .:� ,;.ip,rE'i, �SF J � ���' � �/-t � �+� r !,'b' t� � r J•.t�y,� r� ,•,� - r ' 1 r �.-. L ,�f • f; �.,fa�g ,. L vI9� •f r � Oti r C tily At rf .� -�Ir' � {`�,j�i7,+y,- 1 `1 V [�*y�•' 'y= may,-+ p4 jY, 1 �yN���- �) _ .+ 'i.. t� �f�';..Ir/�.- P7N.�.,1��E.Y'^1�'�-F''l r'�q��'!Ld•�FI�iM� �L� d '.?�__.1• ��`. _{{ ire. Jit jr I ef ('� �_ l�� � � �f"t " �L 0 1 .r-. t �,�a�•,,��{� �C It7'�ry�k� 4' ry MIMI �• Ir of bf I I� ;r�(,I .. Sri', ( '�g' r�_�,,i�T►' '"`� R[� �� t���►'�' v.1�.'!I'�� t' -' �ji -'a �i♦r `'�"�t�lr •� �'T '� ��, d*" ,may �.r:L ± �r t •C ! �, r, _ r! r r+ of llp lot uv _elm Ito WTP 1 •a _ V ; 7 T• Irk a � ham.' '��>�"� � _� , ' .r}. k- i�: � ••" _ F t t L• t •�. 1: •.�•: l ":r /r :.. � ! A"s' !k ._ - —.. a �� r . t._ �� *� �` �{.•f � 1~ i' �� ��� r',� b J .*t Sys ,� I T' ? R t�� '�tT} r�=��� — �• is s -}� � � I a l� � r � � B 4. Ati ' t YR - rpm ��� �,k -pip �'f 'k /'Yr rs '•'' # r '* r. y . jo F '•.'ter - _ — _ -� .: r. - A� � #` _ r�l �^ {}, 1'�'�� « 'y,1 �qty. r '° .o i�•L • '� I A f 1 f CIMIff pr fg Fit No led Zlz WAO A + � � 11 ����j 1 � ��„ �� ,�?.L �7j���, '11b111 Y� 1��"�,r7 yy' �,.' `° '� ,r •�, *�, s - - 1 C;t; -.., _ a.►a-.� "+,,- "" Ij NN � � e �'+p a �' _ er1 r L,, �"• 4�> > _�r y, 46 rl� ,�. .,.,, e _ _ q 1 .�•.. ��.,.. g� ,s.; F .Y ♦ g.- e �y + ", `'Z ATTACHMENT D Nationwide Permit 14—Linear Transportation Projects NATIONWIDE PERMIT 14 Linear Transportation Projects Effective Date: March 19, 2012 (NWP Final Notice, 77 FR 10 184) Linear Transportation Projects. Activities required for the construction, expansion, modification, or improvement of linear transportation projects (e.g., roads, highways, railways, trails, airport runways, and taxiways) in waters of the United States. For linear transportation projects in non- tidal waters, the discharge cannot cause the loss of greater than 1/2-acre of waters of the United States. For linear transportation projects in tidal waters, the discharge cannot cause the loss of greater than 1/3-acre of waters of the United States. Any stream channel modification, including bank stabilization, is limited to the minimum necessary to construct or protect the linear transportation project; such modifications must be in the immediate vicinity of the project. This NWP also authorizes temporary structures, fills, and work necessary to construct the linear transportation project. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. This NWP cannot be used to authorize non-linear features commonly associated with transportation projects, such as vehicle maintenance or storage buildings, parking lots, train stations, or aircraft hangars. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if. (1) the loss of waters of the United States exceeds 1/10-acre; or (2) there is a discharge in a special aquatic site, including wetlands. (See general condition 31.) (Sections 10 and 404) Note: Some discharges for the construction of farm roads or forest roads, or temporary roads for moving mining equipment, may qualify for an exemption under Section 404(f) of the Clean Water Act (see 33 CFR 323.4). Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR §§ 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR § 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a)No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required,upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby,without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction(e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre-construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species.No activity is authorized under any NWP which"may affect" a listed species or critical habitat,unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity, or whether additional ESA consultation is necessary. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat,the pre-construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work. The district engineer will determine whether the proposed activity"may affect" or will have "no effect"to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps,the applicant shall not begin work until the Corps has provided notification the proposed activities will have"no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization(e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take"provisions, etc.) from the U.S. FWS or the NMFS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species,where "take" means to harass, harm, pursue,hunt, shoot,wound,kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word"harm"in the definition of"take"means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide web pages at http://www.fws.gov/or hqp://www.fws.gov/ipac and http://www.noaa.gov/fisheries.html respectively. 19. Mi rg atory Birds and Bald and Golden Eagles. The permittee is responsible for obtaining any"take"permits required under the U.S. Fish and Wildlife Service's regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act. The permittee should contact the appropriate local office of the U.S. Fish and Wildlife Service to determine if such "take" permits are required for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity, or whether additional section 106 consultation is necessary. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre-construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre-construction notifications, district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties on which the activity may have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR §800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non- Federal applicant that he or she cannot begin work until Section 106 consultation is completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (16 U.S.C. 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur,unless the Corps, after consultation with the Advisory Council on Historic Preservation(ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance,the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a)Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39,40,42,43,44,49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b)For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 31, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10-acre and require pre-construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal, and provides a project-specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre-construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment. (2) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (3) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2)— (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (4) If mitigation bank or in-lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan. (d) For losses of streams or other open waters that require pre-construction notification, the district engineer may require compensatory mitigation, such as stream rehabilitation, enhancement, or preservation, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (0 Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment, maintenance, and legal protection(e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream,but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to establish a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site,the district engineer will determine the appropriate compensatory mitigation(e.g.,riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g)Permittees may propose the use of mitigation banks, in-lieu fee programs, or separate permittee-responsible mitigation. For activities resulting in the loss of marine or estuarine resources, permittee-responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (h)Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way,mitigation may be required to reduce the adverse effects of the project to the minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed,the district engineer may require non-Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable,have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived(see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur(see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee- responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general,regional, or activity-specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the work and mitigation. 31. Pre-Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification(PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete,notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information,then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2)45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties,the permittee cannot begin the activity until receiving written notification from the Corps that there is"no effect" on listed species or"no potential to cause effects" on historic properties,or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation(see 33 CFR 330.4(g))has been completed. Also,work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently,the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1)Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3)A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause, including the anticipated amount of loss of water of the United States expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; any other NWP(s),regional general permit(s), or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (4) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (5) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse effects are minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non-Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP activities that require pre-construction notification and result in the loss of greater than 1/2-acre of waters of the United States, for NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed, and for all NWP 48 activities that require pre-construction notification, the district engineer will immediately provide (e.g., via e- mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer(SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific comments. The comments must explain why the agency believes the adverse effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered. For NWP 37,the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson-Stevens Fishery Conservation and Management Act. (4)Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre-construction notifications to expedite agency coordination. D. District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. For a linear project, this determination will include an evaluation of the individual crossings to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42,43,44, 50, 51 or 52, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity(e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent),the importance of the aquatic resource functions to the region(e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse effects determination. The district engineer may add case-specific special conditions to the NWP authorization to address site-specific environmental concerns. 2. If the proposed activity requires a PCN and will result in a loss of greater than 1/10- acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any activity-specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP, including any activity-specific conditions added to the NWP authorization by the district engineer. 3. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (a) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b)that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or(c) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-day PCN period, with activity-specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation or a rcquirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. F. Definitions Best management practices (BMPs): Policies,practices,procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation:tion: The restoration(re-establishment or rehabilitation), establishment(creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance,but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term "discharge"means any discharge of dredged or fill material. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s),but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after,precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data,by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non-linear project in the Corps regulatory program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre-construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities eligible for exemptions under Section 404(f) of the Clean Water Act are not considered when calculating the loss of waters of the United States. Non-tidal wetland: A non-tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. The definition of a wetland can be found at 33 CFR 328.3(b). Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of standing or flowing water is either non-emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of"open waters" include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas (see 33 CFR 328.3(e)). Perennial stream: A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre-construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre-construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre-construction notification may be voluntarily submitted in cases where pre-construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function,but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize Pools. Riparian areas: Riparian areas are lands adjacent to streams, lakes, and estuarine-marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems,through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non-wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments(i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non-linear project: For non-linear projects, the term "single and complete project" is defined at 33 CFR 330.2(1) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non-linear project must have independent utility(see definition of"independent utility"). Single and complete non-linear projects may not be "piecemealed" to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap,jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a wetland (i.e., water of the United States) that is inundated by tidal waters. The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b) and 33 CFR 328.3(f), respectively. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters,wind, or other effects. Tidal wetlands are located channelward of the high tide line, which is defined at 33 CFR 328.3(d). Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. If a jurisdictional wetland is adjacent—meaning bordering, contiguous, or neighboring—to a waterbody determined to be a water of the United States under 33 CFR 328.3(a)(1)-(6),that waterbody and its adjacent wetlands are considered together as a single aquatic unit(see 33 CFR 328.4(c)(2)). Examples of"waterbodies"include streams,rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19,2012,and expires on March 18,2017. Information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed at http://www.swf.usace.army.mil/re ug latory or http://www.usace.army.mil/Missions/CivilWorks/Re ug latoryProgramandPermits.aspx NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. Compensatory mitigation is required at a minimum one-for-one ratio for all special aquatic site losses that exceed 1/10 acre and require pre-construction notification(PCN), and for all losses to streams that exceed 300 linear feet and require PCN,unless the appropriate District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. 2. For all discharges proposed for authorization under nationwide permits (NWP) 3, 6, 7, 12, 14, 18, 19, 25, 27,29, 39,40,41, 42,43,44, 51, and 52, into the following habitat types or specific areas,the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31, Pre-Construction Notification(PCN). The Corps of Engineers (Corps), except for the Tulsa District,will coordinate with the resource agencies as specified in NWP General Condition 31(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia sp.), sundews (Drosera sp.), and sphagnum moss (Sphagnum sp.). b. Bald Cypress-Tupelo Swamps: Wetlands comprised predominantly of bald cypress trees Taxodium distichum), and water tupelo trees ssa a uatica , that are occasionally or regularly flooded by fresh water. Common associates include red maple (Acer rubrum), swamp privet (Forestiera acuminata), green ash (Fraxinus pennsylvanica) and water elm (Planera a uatica). Associated herbaceous species include lizard's tail (Saururus cernuus), water mermaid weed (Proserpinaca spp.), buttonbush (Cephalanthus occidentalis) and smartweed (Polygonum spp.). (Eyre, F. H. Forest Cover Types of the United States and Canada. 1980. Society of American Foresters, 5400 Grosvenor Lane, Bethesda, Maryland 20814-2198. Library of Congress Catalog Card No. 80-54185) 3. For all activities proposed for authorization under NWP 12 that involve a discharge of fill material associated with mechanized land clearing in a forested wetland, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31 (Pre- Construction Notification) prior to commencing the activity. 4. For all activities proposed for authorization under NWP 16, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31 (Pre- Construction Notification), and work cannot begin under NWP 16 until the applicant has received written approval from the Corps. The following regional conditions apply only within the Fort Worth District in the State of Texas: 5. For all discharges proposed for authorization under all NWPs, into the area of Caddo Lake within Texas that is designated as a "Wetland of International Importance" under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 31. The Corps will coordinate with the resource agencies as specified in NWP General Condition 31(d) (Pre-Construction Notification). 6. For all discharges proposed for authorization under NWP 43 that occur in forested wetlands, the applicant shall notify the Fort Worth District Engineer in accordance with the General Condition 31 (Pre-Construction Notification). 7. For all discharges proposed for authorization under any nationwide permit in Dallas, Denton, and Tarrant Counties that are within the study area of the "Final Regional Environmental Impact Statement (EIS), Trinity River and Tributaries" (May 1986), the applicant shall meet the criteria and follow the guidelines specified in Section III of the Record of Decision for the Regional EIS, including the hydraulic impact requirements. A copy of these guidelines is available upon request from the Fort Worth District and at the District website www.swf.usace.armv.mil (select "Permits"). 8. Federal Projects. The applicant shall notify the Forth Worth District Engineer in accordance with the NWP General Condition 31, Pre-Construction Notification (PCN) for any regulated activity where the applicant is proposing work that would result in the modification or alteration of any completed Corps of Engineer projects that are either locally or federally maintained and for work that would occur within the conservation pool or flowage easement of any Corps of Engineers lake project. PCN's cannot be deemed complete until such time as the Corps has made a determination relative to 33 USC Section 408, 33 CFR Part 208, Section 208.10, 33 CFR Part 320, Section 320.4. 9. Invasive and Exotic Species. Best management practices are required where practicable to reduce the risk of transferring invasive plant and animal species to or from project sites. Information concerning state specific lists and threats can be found at: http://www.invasivespeciesinfo.gov/unitedstates/tx.shtml. Best management practices can be found at: http://www.invasivespeciesinfo.gov/toolkit/prevention.shtml. Known zebra mussel waters within can be found at: htti)://nas.er.usgs.gov/gueries/zmbyst.asp. 10. For all discharges proposed for authorization under NWPs 51 and 52,the Corps will provide the PCN to the US Fish and Wildlife Service as specified in NWP General Condition 31(d)(2) for its review and comments. ATTACHMENT E Section 401 Water Quality Certification Conditions for Nationwide Permits Bryan W.Shaw,Ph.D.,Chairman �A�,�` Buddy Garcia,Commissioner Carlos Rubinstein,Commissioner Mark R.Vickery,P.G.,Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution April 5, 2012 Ms. Kristi N. McMillan Galveston District CESWG-PE-RE U.S.Army Corps of Engineers P.O. Box 1229 Galveston,Texas 77553-1229 Re: USACE Nationwide Permits Dear Ms. McMillan: This letter is in response to your January 23, 2012,letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps)Nationwide Permits (NWPs). The Final Notice of Reissuance of Nationwide Permits was published in the Federal Register(Vol. T7, No. 34,pages 10184-10290)on February 21, 2012. Proposed regional conditions for NWPs in Texas were proposed in public notices on February 24, 2011 and November 14,2011. The Texas Commission on Environmental Quality(TCEQ)has reviewed the Final Notice of Reissuance of Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents,the TCEQ certifies that the activities authorized by NWPs 1,2,4,5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, and 48 should not result in a violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 3o,Texas Administrative Code,Chapter 279. The TCEQ conditionally certifies that the activities authorized by NWPs 3, 6,7, 12, 13, 14, 15, 17, 18, 19, 21, 22,25, 27, 29, 30,31,32, 33, 36, 37, 38, 39,40, 41,42,43,44,45,46,49,50,51 and 52 should not result in a violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 3o,Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Enclosure 1 and more detail on specific conditions are discussed below. The TCEQ understands that a prohibition against the use of NWPs in coastal dune swales will be included in the 2012 Texas Regional Conditions (Regional Conditions)for all NWPs, except for NWP 3. Inclusion of a prohibition of using NWPs in coastal dune swales, except for NWP 3,is a condition of this 401 TCEQ certification. P.O.Box i3o8.7 • Austin,Texas 78711-3087 • 312-239-1000 • www.tceq.texas.gov How is our customer service? www.tceq.texas,gov/goto/custoTnersurvey ,c" 11,4,1 ,,I,i-q.., is-,"I.. " �.. - 1'.! Ms. Kristi N.McMillan U.S.Army Corps of Engineers USACE Nationwide Permits Page 2 April 5, 2012 The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal. The TCEQ understands dredged material to be associated with navigational dredging activities,not commercial mining activities. To avoid confusion the TCEQ requests that a regional condition be added that prohibits the use of NWP 16 for activities that would be regulated under Standard industrial Classification(SIC)codes 1442 and 1446(industrial and construction sand and gravel mining). This condition is also included as part of the 401 certification of NWP 16. The final NWP 16 states that the quality of the return water is controlled by the state through the 401 certification procedures. Consistent with previous NWPs certification decisions the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L Total Suspended Solids(TSS)concentration and request the Corps to include this condition in the Regional Conditions. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However,existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Data indicate this relationship must be a site specific characterization of the actual sediments to be dredged. To address this approach we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site specific correlation curve for turbidity(nephelometric turbidity units(NTU))versus TSS has been approved by TCEQ. The TCEQ remains interested in worldng with the Corps in the development of these curves. We encourage the Corps to accept the conditional certification of NWP 16 as a Regional Condition and that we work together to find the best methods to implement this limit. In evaluating this condition for the Regional Conditions for NWPs,the TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations. The TCEQ requirement to control return water from confined upland disposal not to exceed a 300 mg/L TSS has also been included in individual 404 permits. It is also important to note that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ is conditionally certifying NWP General Condition#12 Soil Erosion and Sediment Controls,and General Condition#26 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices(BMPs)for each category. These BMPs are intended to enhance the water quality protection of these General Conditions. A list of TCEQ-recommended BMPs is included as Enclosure 2. Ms. Kristi N. McMillan U.S.Army Corps of Engineers USACE Nationwide Permits Page 3 April 5, 2012 Enclosure 3 is provided as a quick reference table for all NWPs. A detailed description of the BMPs is provided in Enclosure 4. Runoff from bridge decks has been exempted from the requirement for post-construction total suspended solids (TSS)controls Linder General Condition 26. As stated in our April 11, 2011 and November 30, 2011 letters to the Corps,the TCEQ would like to include these BMPs for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The TCEQ is conditionally certifying NWPs 13,29,39, 40,41,42,43,44, 50,51, and 52 to require the Corps to copy TCEQ on all written approvals of waivers for impacts to ephemeral,intermittent or perennial streams. The TCEQ is conditionally certifying NWP 36 to require the Corps to copy TCEQ on all written waivers for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. The TCEQ is also conditionally certifying General Condition 23 Mitigation to require the Corps to copy TCEQ on any written notification of a mitigation waiver. The TCEQ is requesting this information to fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas,a Texas Railroad Commission certification is required as provided in the Texas Water Code§26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Program(CMP)goals and policies in accordance with the CMP regulations{Title 31,Texas Administrative Code (TAC), Chapter(§)5O5.3o}and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas Policy f31 TAC §501.231 and dredging and dredged material disposal and placement policy {31 TAC§501.251. This certification complies with the CMP goals{31 TAC§501.12(1, 2,3, 5)}applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts,including cumulative or secondary impacts,are occurring,and the use of these NWPs would be inappropriate. No review of property rights,location of property lines, nor the distinction between public and private ownership has been made,and this certification may not be used in any way with regard to questions of ownership. Ms. Kristi N. McMillan U.S.Army Corps of Engineers USACE Nationwide Permits Page 4 April 5, 2012 If you require further assistance,please contact Mr.John Trevino,Water Quality Assessment Section,Water Quality Division(MC-15o),at(512) 239-4600. Sincerely, Ch W.Maguire W ter Quality Division Texas Commission on Environmental Quality CWM/JT/gg Attachments ccs: Mr. Stephen Brooks,Branch Chief,U.S.Army Corp of Engineers,Regulatory Branch, CESWF PER-R,P.O.Box i7800,Fort Worth,Texas 7602-0300 Ms. Kate Zultner,Secretary,Coastal Coordination Council,P.O. Box 12873,Austin, Texas 78711-2873 Mr.Allan E.Steinle,Branch Chief,U.S.Army Corps of Engineers,Albuquerque District,4101 Jefferson Plaza NE,Room 313,Albuquerque,New Mexico 87io9-3435 Regulatory Branch Chief,U.S.Army Corps of Engineers,Regulatory Branch CESWT- PE-R, 1645 South ioifft East Avenue,Tulsa,Oklahoma,74128 Regulatory Branch Chief,U.S.Army Corps of Engineers,El Paso Regulatory Office, CFSPA-OD-R-EP,P.O.Box 6o96,Fort Bliss,Texas 79906-6096 Attachment 1 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 2.ci(Water Quality Post-construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. Bridge deck runoff is exempt from this requirement. General Condition 23 (Mitigation� The U.S.Army Corps of Engineers will copy the TCEQ on all mitigation waivers sent to applicants. NWPs 12, 29, qQ 40,_41, 42, 43.44, 5o, 5i, 52 The U.S.Army Corps of Engineers will copy the TCEQ on all written approvals of waivers for impacts to ephemeral,intermittent or perennial streams. All NWPs except for NWP These NWPs are not authorized for use in coastal dune swales in Texas. NWP 3 (Maintenance) .Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7(Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 1:i (Bank Stabilization) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. Revised April 5,2012 Page 1 of 4 Attachment i Conditions of Section 401 Certification for Nationwide Permits and General Conditions NWP 1s(U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification(SIC)codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site-specific TSS limit,or a site specific correlation curve for turbidity(nephelometric turbidity units(NTU))versus (TSS)has been approved by TCEQ. NWP 17(HydrQpower Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 1A (Minor Dredging) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 21(Surface Coal Mining Operations) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 22(Removal of Vessels) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27(Aquatic Habitat Restoration Establishment,and Enhancement Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 2Q(Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. Revised Apri15,2012 Page 2 of 4 Attachment i Conditions of Section 401 Certification for Nationwide Permits and General Conditions NWP:30 (Moist Soil Management for Wildlife) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 3i (Maintenance of Existing Flood Control Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 32 (Completed Enforcement Actions) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 3:3 (Temporary Construction,Access and Dewatering) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP-16 (Boat Ramps) The U.S.Army Corps of Engineers will copy the TCEQ on all written waivers for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 37(Emergency Watershed Protection and Rehabilitation) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 39 (Commercial and Institutional Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 4o (Agricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 41(Reshaping Existing Drainage Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. Revised April 5,2012 Page 3 of 4 Attachment x Conditions of Section 401.Certification for Nationwide Permits and General Conditions NWP 42(Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 44(Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required, Post-construction TSS controls under General Condition 25 are required. NWP 45(Repair of Uplands Damaged by Discrete Events) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required.. NWP 46(Discharges in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 49 (Coal Remining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP-so(Underground Coal Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP.l (Land-Based Renewal Energy Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. NWP S�Water-Based Renewal Energy Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post-construction TSS controls under General Condition 25 are required. Revised April 3,2012 page 4 Of 4 Attachment 2 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs)for Nationwide Permits Below are the 401 water quality certification conditions the Texas Commission on Environmental Quality(TCEQ)added to the February 21, 2012 issuance of Nationwide Permits (NWP), as described in the Federal Register(Vol. 77, No. 34,pages 10184-10290). Additional information regarding these conditions, including descriptions of the best management practices(BMPs), can be obtained from the TCEQ by contacting the 401 Coordinator, MC-150,P.O. Box 13087,Austin,Texas 78711-3087 or from the appropriate U.S. Army Corps of Engineers district office. I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37,38,39,40, 41,42,43,44, 45, 46, 49, 50,51, and 52. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land-based impacts from attendant features. o Temporary Vegetation o Blankets/Matting o Mulch o Sod o Interceptor Swale o Diversion Dike o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks II. Sedimentation Control Prior to project initiation,the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state,including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6,7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29,30, 31, 32, 33, 36, 37, 38,39,40,41,42, 43,44,45,46, 49,50, 51, and 52. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land-based impacts from attendant features. o Sand Bag Berm o Rock Berm o Silt Fence o Hay Bale Dike o Triangular Filter Dike o Brush Berms Revised April 5,2012 Page 1 of 3 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs)for Nationwide Permits • Stone Outlet Sediment Traps o Sediment Basins • Erosion Control Compost o Mulch Filter Socks •Compost Filter Socks III. Post-Construction TSS Control After construction has been completed and the site is stabilized,total suspended solids(TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18,21,29, 31, 36,39,40,41,42,44,45,49, 50,.51, and 52. If the applicant does not choose one of the BMPs listed,an individual 401 certification is required. BMPs for NWP 52 apply only to land-based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks o Sedimentation Chambers* *Only to be used when there is no space available for other approved BMPs. IV. NWP i6:Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of Soo mg/L unless a site-specific TSS.limit, or a site specific correlation curve for turbidity (nephelometric turbidity units(NT[))versus(TSS)has been approved by TCEQ. V. NWP 292,39,40,.42,4,44, 5o, 5''1, and 52 The Corps will copy the TCEQ on all authorizations for impacts of greater than 300 linear feet of intermittent and ephemeral streams. Revised April 5,2012 Page 2 Of 3 Attachment z 401 Water Quality Certification Best Management Practices (BMPs)for Nationwide Permits VI. NWP ii and 41 The Corps will copy the TCEQ on all authorizations for impacts greater than 500 linear feet in length of ephemeral,intermittent,perennial streams or drainage ditches. VII. NT ,"I 36 The Corps will copy the TCEQ on all authorizations for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. VIII. All NWPs except NWP R These NVVPs are not authorized for use in coastal dune swales in Texas. Revised April 5,20 12 Page 3 of 3 Attachment 3 Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control Control Construction TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance X X 4 Fish and Wildlife Harvesting,Enhancement and Attraction Devices and Activities 5 Scientific Measurement Devices 6 Survey Activities *Trenching X X 7 Outfall Structures and Associated Intake X X Structures 8 Oil and Gas.Structures on the Outer Continental Shelf g Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Utility Line Activities X X X 13 Bank Stabilization X X 14 Unear Transportation Projects X X X 15 U.S.Coast Guard Approved Bridges x x 16 Return Water From Upland Contained Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging x x 20 Response Operations for Call and Hazardous Substances 21 Surface Coal Mining Operations X X X 22 Removal of Vessels X X 23 Approved Categorical Exclusions Revised April 5,2012 Page 1 of 3 Attachment a Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control Control Construction TSS 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges % X 26 [Reserved] 27 Aquatic Habitat Restoration,Establishment, X X and Enhancement Activities 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood Control X X X Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction,Access and X X Dewatering 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and % R Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X 39 Commercial and Institutional Developments X X X 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches X X X 42 Recreational Facilities R X X 43 Stormwater Management Facilities X X 44 Mining Activities X X X 45. Repair of Uplands Damaged by Discrete X X X Events 46. Discharges in Ditches % X Revised April 5;2012 Page 2 of 3 Attachment a Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control Control Construction TSS 47. 1 [Reserved] 48. Existing Commercial Shellfish Aquaculture Activities 49• Coal Remining Activities X X X 50. Underground Coal Mining Activities X X X 51, Land-Based Renewable Energy Generation X X X Facilities 52, Water-Based Renewable Energy Generation X X X Pilot Projects Revised April 5,2012 Page 3 of 3 Attachment 4 Attachment a Description of BMPs EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting,mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. •Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. •All seed should be high quality, U.S. Dept, of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose,and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Revised April 5,2012 Page i of 30 Attachment 4 Description of BMPs Department of Transportation(TxDOT)has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.txdot.govi business/doing_business/product_evaluation/erosion control.htm which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. •A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites,sites with adverse soil conditions or seeding on other than optimum seeding dates;mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain:straw which should be applied uniformly. • On slopes 15 percent or greater,a binding chemical must be applied to the surface. • Wood-fiber or paper-fiber mulch may be applied by hydroseeding. • Mulch nettings maybe used. Revised Apn15,2012 Page 2 of 30 Attachment 4 Description of BMPs •Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be.strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered,and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature,the soil should be lightly irrigated. Revised April 5,2012 Page 3 of 30 Attachment 4 Description of BMPs •The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem,sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope(on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. •Watering should be performed as often as necessary to maintain soil moisture. •The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff,prevent off-site runoff from entering the disturbed area,and prevent sediment-laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick,riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2%or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: •An interceptor Swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. •All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. Revised April 5,20.12 Page 4 of 30 Attachment 4 Description of BMPs • All trees,brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be go%standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure.These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps)should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non-woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of.40 psi, and having an equivalent opening size (EOS)greater than a #50 sieve. Installlation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for-the dike should be placed in lifts of 8 inches or less and be compacted to 95 standard proctor density. • The channel,which is formed by the dike,must have positive drainage for its entire length to an outlet. Revised April 5,2012 Page 5 of 30 Attachment 4 Description of BMPs • When the slope exceeds 2 percent,or velocities exceed 6 feet per second(regardless of slope), stabilization is required.In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost(ECC)can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation.The most common uses are on steep slopes,swales,diversion dikes,and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation(TxDOT)has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TOOT maintains a website at http://www.txdotgov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency(USEPA)Code of Federal Regulations(CFR),Title 40, Part 603 Standards for Class A biosolids and Texas Natural Resource Conservation Commission(now named TCEQ)Health and Safety Regulations as defined in the Texas Administration Code(TAG), Chapter 332,and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance.. Testing.standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council(USCC)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample,monitor,and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.bnece.org/tmecc/index.htmi. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmece.org/sta/STA program_description.html. Revised April 5,2012 Page 6 of go Attachment 4 Description of BMPs Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. •Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs)are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT)has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency(USEPA)Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Revised April 5,2012 Page 7 0f 30 Attachment 4 Description of BMPs Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council(USCC)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample,monitor,and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmece.org/tmece/index.html. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmece.org/sta/STA program description.html. Installation: • Install in accordance with TxDOT Special Specification 5049• • Install socks(erosion control logs)near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition(including staling,anchoring,etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris,etc.,until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than ig%,i.e.,utility construction in channels,temporary channel crossing for construction equipment,etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in"T"posts or rebar(#5 or#b) spaced appropriately. Revised.April 5,2012 Page 8 of 3o Attachment 4 Description of BMPs Materials: • The sand bag material should be polypropylene, polyethylene,polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches,width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. io sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride(PVC)having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material,the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other,and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump-around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water-borne sediment from unprotected areas of a limited Revised April 5,2012 Page 9 of 30 Attachment a Description of BMPs extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation,corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene,polyethylene or polyamide woven or nonwoven fabric.The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding 190 lb/in 2,ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S.Sieve No.30. • Fence posts should be made of hot rolled steel,at least 4 feet long with Tee or Y-bar cross section,surface painted or galvanized,minimum nominal weight 1.25 lb/ft 2,and Brindell hardness exceeding 140. • Woven wire backing to support the fabric should be galvanized 2"x 40 welded wire, 12 gauge minimum. Installation: • Steel posts,which support the silt fence,should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates,the maximum spacing should be 6 feet. • Lay out fencing down-slope of disturbed area,following the contour as closely as possible.The fence should be sited so that the maximum drainage area is 1/4 acre/loo feet of fence. •The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down-slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in(e.g.,pavement or rock outcrop),weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire,which is in turn attached to the steel fence post. There should be a 3-foot overlap,securely fastened where ends of fabric meet. Triangular Filter Dikc Description: The purpose of a triangular sediment filter dike is to intercept and detain water- Revised April 5,2012 Page 10 of 30 Attachment 4 Description of BMPs borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds io%,the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation,corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric.The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding igo lb/in 2 ,ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6"x 6"wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6"x 6", 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends six(6)inches to cover dike to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours,with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground.The fabric skirt may be toed-in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access,the dikes should be reinstalled as soon as possible,but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow,to intercept sediment-laden runoff, detain the sediment and release the water in sheet flow. Revised April s,2oi2 Page 11 of 30 Attachment a Description of BMPs The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles,but are able to withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows(ditches,gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: •The berm structure should be secured with a woven wire sheathing having maximum opening of i inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean,open graded 3-to 5-inch diameter rock should be used,except in areas where high velocities or large volumes of flow are expected,where 5-to 8-inch diameter rocks maybe used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with i inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1(H:V)or flatter. • Place the rock along the sheathing to a height not lass than 18". • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches,and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as passible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain.small amounts of sediment-laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. Materials: Straw: The best quality straw mulch comes from wheat,oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Revised April 5,2oi2 Page 12 of 30 Attachment 4 Description of BMPs Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string,jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2"x 2"wood stakes or 3/8"diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away-to be dumped elsewhere. Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm.The size of the drainage area should be no greater than one-fourth of an acre per loo feet of barrier length; the maximum slope length behind the barrier should not exceed 10o feet; and the maximum slope gradient behind the barrier should be less than So percent(2:1). Materials: • The brush should consist of woody brush and branches,preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 'A inch polypropylene or nylon rope. Revised April g,2oi2 Page 13 of 30 Attachment 4 Description of BMPs •The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. •The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground.Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. •A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier.. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up-slope base to just beyond its peak.The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other.Where joints are necessary,the fabric should be spliced together with a minimum(-inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier,and anchor the fabric by tying rope from the fabric to the stakes.Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 5o pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site.The purpose of a sediment trap is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation.A sediment trap is usually installed at points of discharge from disturbed areas.The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin.A sediment trap differs from a sediment basin mainly in the type of discharge structure.The trap should be located to obtain the maximum storage benefit from the terrain,for ease of clean out and disposal of the trapped Revised April 5,2012 Page 14 of 30 Attachment a Description of BMPs sediment and to minimize interference with construction activities.The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene,polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core:A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete.The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation.A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than loo acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place.A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed,but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Revised April 5,2012 Page 15 of 30 Attachment 4 Description of BMPs Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti-vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time,a sediment basin should provide storage for a volume of runoff from a two-year,24- hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency.The shape may be attained by excavation or the use of baffles.The lengths should be measured at the elevation of the riser de-watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen.Side slopes for the embankment should be 3:1(H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete.Attached to this structure should be a horizontal pipe,which should extend through the embankment to the toe of fill to provide a de-watering outlet for the basin. • An anti-vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5(downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 5o%of the basin volume(not the top of the Revised April 5,2012 Page 16 Of 30 Attachment a Description of BMPs stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti- vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway.The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the io-yr,3-hour storm. • Anti-seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin.This is the maximum sediment storage elevation.The size of the perforation may be calculated as follows: AO = As x 2h Cd x 980,000 Where: A,=Area of the de-watering hole,ft 2 AS= Surface area of the basin,ft 2 Ca= Coefficient of contraction, approximately o.6 h = head of water above the hole,ft Perforating the riser with multiple holes with a combined surface area equal to A,is acceptable. Erosion Control Compost Description:Erosion control compost(ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation.The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. Revised April 5,2012 Page 17 of 30 Attachment 4 Description of BMPs ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency(USEPA) Code of Federal Regulations(CFR),Title 40,Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission(now named TCEQ)Health and Safety Regulations as defined in the Texas Administration Code(TAC),Chapter 332,and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332,72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council(USCG)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample,monitor,and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmece/index.htrnl. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmeec,org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified,use a light corrugated drum roller. Mulch and Compost Filter Socks Description.: Mulch and compost filter socks(erosion control logs)are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas Revised April 5,2012 Page 18 of 3o Attachment 4 Description of BMPs and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (rxDOT) has established minimum performance standards which must be met for any products seelung to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency(USEPA) Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332,and all other relevant requirements for compost products outlined in TAC,Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety,and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample,monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmeec.org/tmecc/index.html. The USCC Seal of Testing Assurance(STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. Revised Apri15,2012 Page 19 of 30 Attachment 4 Description of BMPs • Install socks(erosion control logs)near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks, • Inspect and maintain the socks in good condition(including staling,anchoring, etc.).. Maintain the integrity of the control,including keeping the socks free of accumulated silt, debris,etc.,until the disturbed area has been adequately stabilized. POST-CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular,proper maintenance. Collection of roof runoff for subsequent use(rainwater harvesting) also qualifies as a retention/irrigation practice,but should be operated and sized to provide adequate volume. This technology,which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retention/irrigation practices achieve x00%removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing,pump and wet well system components,basin lining,basin detention time,and physical and operational components of the irrigation system. Retention/irrigation systems-are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal,mowing,debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre-development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore,nutrients,heavy metals,toxic materials,and oxygen- demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement,it is possible to Revised April 5,2012 Page 20 of 30 Attachment a Description of BMPs achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75%of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing,basin configuration,basin side slopes,basin lining, inlet/outlet structures,and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections,mowing,debris and litter removal,erosion control, structural repairs,nuisance control, and sediment removal. Vegetative Filter Strius Description: Filter strips, also known as vegetated buffer strips,are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes,and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest,and are designed to intercept upstream flow,lower flow velocity,and spread water out as sheet flow.The dense vegetative cover facilitates conventional pollutant removal through detention,filtration by vegetation,and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms.This lack of quantity control favors use in rural or low-density development;however,they can provide water quality benefits even where the impervious cover is as high as 5o%, The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system.Properly designed roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips.Although an inexpensive control measure,they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow.To avoid flow channelization and maintain performance,a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant,soil binding species • Be graded to a uniform,even and relatively low slope • Laterally traverse the contributing runoff area Revised April S,2012 Page 21 Of 30 Attachment 4 Description of BMPs Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil.They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions,longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the Swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems.They can provide sufficient control under light to moderate runoff conditions,but their ability to control large storms is limited. Therefore,they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage.Their performance diminishes sharply in highly urbanized settings,and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for Other downstream BMPs,such as emended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock-lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters.The disadvantages of this technique include the possibility of erosion and channelization over time,and the need for more right-of-way as compared to a storm drain system.When properly constructed,inspected,and maintained,the life expectancy of a Swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a Swale at a site will depend on land use,size of the area serviced,soil type, slope, imperviousness of the contributing watershed,and dimensions and slope of the Swale system. In general, swales can be used to serve areas of less than io acres,with slopes no greater than 5%.The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged,and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant.Therefore,irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Revised April S,2012 Page 24 of 30 Attachment 4 Description of BMPs Vegetation Lined Drainage Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions,longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface,binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets • Site conditions required to establish vegetation, i.e. climate, soils,topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced,soil type, slope,imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged,and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable,low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades, • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets,may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject-to sedimentation from disturbed areas. Revised April 5,2012 Page 25 of 30 Attachment 4 Description of BMPs • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment,vegetation lined drainage ditches should be inspected, repaired,and vegetation reestablished if necessary. After the vegetation has become established,the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris,scour,or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately.Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times,since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating,depending on the vegetation selected. The long- term management of ditches as stable,vegetated,"natural'drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses,shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant.Therefore,irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff.The filtration of nutrients,organics,and coliform bacteria is enhanced by a mat of bacterial.slime that develops during normal operations. One of the main advantages of sand:filters is their adaptability;they can be used on areas with thin soils,high evaporation rates,low-soil infiltration rates,in limited-space areas,and where groundwater is to be protected. Since their original inception in Austin,Texas,hundreds of intermittent sand filters have been implemented to treat stormwater runoff.There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter,the District of Columbia Underground Sand Filter,the Alexandria Dry Vault Sand Filter,the Delaware Sand Filter, and peat-sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space-limited areas Revised April S,2012 Page 26 of 30 Attachment 4 Description of BMPs • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition,maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes,swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency(USEPA) Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission(now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council(USCG)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for FCC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous Revised April 5,20 12 Page 27 of 30 Attachment 4 Description of SMPs parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tinece.org/tmece/index.htrnl. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmece.org/sta/STA program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified,use a light corrugated drum roller. Mulch and Compost Filter Socks Description:Mulch and compost filter socks(erosion control logs)are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation(TxDOT)has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049• TxDOT maintains a website at http://www.txdot.gov/business/contractors consultants/recycling/compost.htm that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks,products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency(USEPA)Code of Federal Regulations(CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code(TAC), Chapter 332, and all other Revised April 5,2012 Page 28 of 30 Attachment 4 Description of BMPs relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections §332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG)Test Methods for the Examination of Composting and Compost(TMECC)should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmece.org/tmece/index.html. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA__program_description.html. Installation: • Install in accordance with TxDOT Special Specification 5049• • Install socks (erosion control logs)near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc.,until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used wlien there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations:Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-So% removal of TSS can be expected. Revised April S,2012 Page 29 of 30 Attachment 4 Description of BMPs Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. Revised April 5,2012 Pagc 30 of 30 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BURCHILL CHANNEL DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01712 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec No. Classsirication Manufacturer Model No.' - National Spec WASTEWATER Manhole Inserts • EI-14 Manhole Insert Knutson Enterprises Made to Order-Plastic ASTM D 1248 For 24"dia. • E1-14 Manhole lumt South Wmtem Packaging Made to Order-Plastic ASTM D 1248 For 24"dia • EI-14 Manhole Insert Nollow-Inflow Made to Order-Plastic ASTM D 1248 For 24"dia. 09/23/96 1 E1-14 Manhole Insert Southwestern Packing&Seals,Inc. LifeSaver-Stainless Steel For 24"dia. 0923/96 E1-14 Manhole Insert Southwestern Packing&Seals,Inc. TethcrLok-Stainless Steel For 24"dia Manholes&Bases/Frames&Covers/Rectanpular Manhole Francs and Covers Western Iron Works,Bass&Has Foundry 1001 24"x40"WD Manhole Frames and Covers Vulcan Foundry 6780 24-x40-WD Manholes&Bases/Frames&Covers/Standard(Round) EI-14 Manhole Frames and Covers Wmt m Iron Works,Bass&Has Foundry 30024 24"Dia E1-14 Manhole m Fraes and Covers McKinley Iron Works Inc. A 24 AM 24"Dia. E1-14 -Manhole Frames and Covers Neenah Casting 24"Dia. • E1-14 Manhole Frames and Covers Vulcan Foundry 1342 ASTM A 48 24"Dia. E1-14 Manhole Frannes and Covers Si ma Co ration MH-144N E1-14 Manhole Frames and Covers Sigma Corporation MH-143N EI-14 Manhole Fratres and Covers Pont-A-Mousson GTS-STD 24"dia. EI-14 Manhole Frames and Covers Neenah Casting 24"dia. 725103 EI-14 Manhole Frames and Covers Saint-Gobain Pipelines(Pamnex/mxus) RE32-REFS 30"Dia. 01/31/06 EI-14 30"DI MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30"Dia. 11/02/10 E1-14 30"D1 MH Ring and Cover Sigma Corporation MH1651FWN&MH16502 30"Dia 07/19/11 E1-14 30"DI MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30"Dia 08/10/11 EI-14 30"DI MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30"Dia Manholes&Bases/Frames&Covers/Water Tight&Pressure Tim E1-14 Manhole Frames and Covers Pont-A-Mousson Pamti t 24"Dia. EI-14 Manhole Frames and Covers Neenah Casting 24"Dia + E1-14 jManhole Frames and Covers Vulcan Foundry 2342 ASTM A 48 24"Dia. E1-14 Manhole Frames and Covers Western Iron Works,Bass&Has Foundry 300-24P 24"Dia E1-14 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24"Dia. 03/08/00 EW 4 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24"Dia 1M20101 E1-14 Manhole Frames and Covers Seram ore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Manholes&Bases/New/Components 0723/97 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 0426/00 Offset Joint for 4'Diana.MH Hanson Concrete Products Drawing No.35-0048-001 04126(00 Profile Gasket for 4'[ham.MH. Press-Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 12609 HDPE Manhole adjustment Ring Ladtech,Inc HDPE Adjustment Ring Non-tic area 5/13/05 Manhole External Wrap Canusa-CPS Wra idSeal Manhole Encapsulation System Manholes&Bases/New/Precast Concrete E1-14 'Manhole,Precast Concrete Hydra Conduit Corp SPL Item#49 ASTM C 478 48" • ET-14 Manhole,Precast Concrete Wall Concrete Pipe Co.Inc. ASTM C-443 48" E1-14 Manhole,Precast Cortcrae Hanson(formed Gifford-Hill) ASTM C 478 48" 04/26/(10 &14 MH,Single Offset Seal Joint Hanson Type F Dwg 35-0048-001 ASTM C 478 48"Dian MH 0923/96 EI-14 iManhole,Precast Concrete Concrete Product Inc. 48"I.D.Manhole w/32"Cone ASTM C 478 48"w/32"cow 08130/06 EI-14 ,Manhole Precast Concrete The Turner Corn an) 48"I.D.Manhole w/24"Cone ASTM C 478 48" 10/27/06 El- M4 Manho'e,Precast Concrete Oldcastle Precast Inc 48"I.D.Manhole w/24"Cone ASTM C 478 48"Diam w 24"Ring 06109/10 E1-14 Manhole,Precast(Reinforce Pol r)Concrete US Com mite Pi Reinforced Pol mar Concrete ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 126199 Fiberglass Manhole Fluid Containment,Inc. Flowtite ASTM 3753 Non-traffic anew 08/30/06 Fiber lass Manhole L.F.Mamdacturin p Non-traffic area Manholes&Bases/Rehab Systems/Cementitious + EI-14 Manhole Rehab Systerns Quadex 04/23101 E1-14 Manhole Rehab S terns Standard Cement Materials,Inc. Rdiner MSP E1-14 Manhole Rehab Systents AP/M Pertnaforrn 420/01 E1-14 Manhole Rehab System Strong-Seal S tents Strong Seal MS2A Rehab System 5/12103 El-14 Manhole Rehab Systm Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair Fle,Krete T-h J.gi., Vinyl Poi ester Repair Product Misc.Use Manholes&Bases/Rehab Systems/NonCementitious 0520196 E1-14 Manhole Rehab Systems Spmyroq, Spray Wall Polyurethane Coating ASTM D639/D790 E1-14 :Manhole Rehab System Sun Coast 01/31/06 Coatings for Corrosion Protection Chesterton Arc 79 L S 11113.S I.S2 Acid Resist—Tent Sewer Applications 8/282006 ICoatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer A lieations 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 721/97Cent.Cast Fiberglass Hobas Pipe USA,Inc. Hobas Pipe(Non-Pressure) ASTM D3262/D3754 10/30103 Flowtite Amitech USA Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST lion IL Manufactu Model N ational Size 03/22110 Fiber s Pi ,. Arneron Bondstrand RPMP P' ASTM D3262ID3754 4/14/05 Pol Modified Concrete Pipe Amiwh USA Meyer PoI crete Pipe ASTM C33.A276.F477 8"to 102",('lass V 06/09/10 El-9 Rcif—.dPlYC—etePipc US Coniposite Pipe Reinfo,ced Polymer Concrete Pipe ASTM C-76 Pines/New/Concrete E1-04 C= Reinforced Wag Concrete Pi Co.Inc. ASTM C 76 El-04 E_ . ,Reinfo,ttd H Conduit Corporation Class�T&G,SPL Item 877 ASTM C 76 EI.04 Cane.Pipe,Reinforced Hanson Concrete Products SPL Item 895-Manhole,M98-Pipe ASTM C 76 EI-04 Cooc.Pipe,Reinforced Concrete Pipe&Products Co.Inc. ASTM C 76 Pipes/New/Ductile Iron i EI-06 Ductile Lon Pipe Griffin Pipe Products,Co. Supa Bell-Tite Ductile Iron Pressure Pipe, AW WA C150,C151 3"thru 24" EI-06 Ductile boo Pipe American Ductile Lon Pipe Co. American Fastite Pipe AW WA CI50,C151 4-,8-&10" EI-06 Ductile Lon Pipe U.S.Pipe and Foundry Co. AWWA C150,C151 E1-06 Ductile Lon Pipe McWane Cast Iron Pipe Co. AW WA C150,C151 --r— Pi s/New/PVC(Pressure) 12/02/11 EI-24 DR-14 PVC Pressure Pipe Pi life Jastream PVC Pressure Pipe AW WA 0900 4"thru 12" PiDes/New/HDPE(Pipe Burstin ShRlininM Iffigh ity poly-y—pipe Phillips Driscopipe,Lo. Opnoore Ductile polyethylene Pipe ASTM D 1248 8" ity polyethylene pipe Pkxw Inc. ASTM D 1248 8 " • 0 -density lute pipe Polly Pipe,Inc. ASTM D 1248 8" Hio-density polyethylene pipe CSR Hydro Coaduit/Pipelinc System McConnell Pipe Enlargement ASTM D 1248 PiT)es/New/PVC* 11704/98 EI-31 PVC Corrugated Sewer Pipe Contech Construction Products,Inc. Contech A-2000 Sewer Pipe ASTM F 949 8"thru 36" EI-31 PVC Corrugated Sewer Pipe uponer En company Ultra car ASTM F 949 24"to 36"Only 05/04/09 E I-31 PVC Corrugated Sewer Pipe Diarrond Plastics Corporation COP 21 ASTM F 949 24"to 36"only EI-25 PVC Sews Pipe Can-Tex,Industnes ASTM D 3034 4"thru 12" EI-25 PVC Sewer Pipe Certain-Tad Products Corp ASTM D 3034 4"thru 15" EI-25 PVC Sewer Pipe Napoo Manufacturing ASTM D 3034,D 1784 V&8" EI-25 PVC Sewer Pi J-M Manufacturing Conipany,Inc. ASTM D 3034 4".15" l2/2397" EI-27 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"d—15" EI-27 PVC Sewer Pipe Lamson V lon Pipe ASTM F 789 4"thin 15" EI.25 PVC Sewn Pipe Extmion Tedinclogies.Inc ASTM D 3034 8",10" 11/11/98 EI.28 PVC Sews Pipe Diamond Plastics Corporation "S"Gravity Sewn Pipe ASTM F 679 18"t.27" E1-28 PVC Sews Pi J-M Manufacturing ,Inc. ASTM F 679 18"-27" l Vl299 EI-29 PVC Tross Pipe Contech Construction Products,Inc Contech PVC Truss Pipe ASTM D 2680 8"throw 15" 09/26/91 EI00-2 Closed Profile FVC Pipe Lamson V lon Pipe Carlou V loo H.C.Close Profile ASTM F 794 I H"to 48" 11/17199 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/F794 18"to 48" 05/06/05 EI-28 PVC Solid Wall Pipe Diamond Plastics Corpom Lion PS 46 ASTM F-679 18"to 48" (14/27/06 EI-25 PVC Sewer Fittings Hamo SDR-26 and SDR-35 Gasket Fittings ASTM D-3034.D-1784,etc 4"-IS" EI.25 FVC Sewer Ratings Plastic Trends,In.c Gasketed PVC Sewer Main Fittings ASTM D 3034 PiDes/New/Ribbed Oven Profile Large Diameter 09/26191 E100.2 PVC Sewer Pi Ribbed lamsan V Ire Pipe Cation V lon H.C.Closed Profile PIM ASTM F 679 18"to 48" 09/26191 EI00-2 PVC Sewer pipe,Ribbed Extrusion Tecluselogies,Inc. Ultra-Rib Profile Sewer Pipe ASTM F 679 18"to 48" E100-2 PVC Sewer Pipe,Ribbed U Ell Company 11/10110 (EI00-2) polypropylene(PP)Sewer Pipe,Double Wall Advanced Drainage System(ADS) SaniTite HP Double Wall(Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) polypropylene(PP)Sewer Pipe,Triple Wall Advanced Drainage System(ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30"to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmexx ASTM F 2562 24"to 72" Pipes/Rehab/CIPP Cured do Place Pi Inswo form Texark,Inc ASTM F 1216 05/03199 Cured in Platt Pi National Envirotech Group National Liner,(SPL)Item 827 ASTM F-1216AD-5813 05/29/96 Creed in Platt Pipe Itcynolcls bw&hna Tedinolsy Unliner USA) inli,ter Technniogly ASTM F 1216 Phes/Rehab/Fold&Form Fold and Form Npe Cullum Pipe System,Inc. 11/03/98 Fob and Form Pipe tasituform Technologies,Inc. Insiruforto"Nu ASTM F-1504 Fold and Form Pipe American Pipe&Plastics,Inc. Deny.purpose Only 12/04/00 FoldandForrnPipe Uhnliner Ultruldner PVC Alloy Pi liner ASTM F-1504,1871,1867 06/09/03 FoldandForoiPipc Miller pipeline Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter .Pipe Enlargment System(Method) IPIM Syst ero PIM Corporation polyethylene PIM Corp.,Piscata Way,NJ. Approved previously mcconnell system McL t Construction polyethylene Houston,Texas Appmd previous) TRS Systerns T,encidess Replacceneat Systan PoI Cal pry,Canada Approved Previous) Pipe Casing Spacers 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/0293 iStaink..Steel Casing Spacer Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spaces 09/14716 Stainless Steel Casing Spaoer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"<I><2> 09114/10 Comed Steel Casin Spears Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48"<1><2> 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"<1 x2> Coatings 02725/02 Epoxy Lining System tem Sauereisen,Inc SewerGam1210RS I County 8210.1-33 Prepared 2129/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST L No. Classsification Manufacturer _ Model N National S_ize 12114/01 E x Linn System Rink.Materials Ertech 2030 and 2100 Series 04/14/05 lntedor Ductile Iron Pi •Coating Induron Protecw 401 ASTM B-117 Ductile Iron Pipe Only WATER Pipgs/Valves&Fittings/Combination Air Release EI-11 Combination Air Release Valve GA Industries,Inc. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves,Model No. 12",1"&2" E1-11 Combination Air Release Valve Valve and Prim.Corp. APCO#1430,#145C and#147C 1',2"&3" Pipes/Valves&Fittings/Ductile Iron Fittings 0723/92 E1-07 Ductile Iron Fittings Star Pipe Products,Inc. Mechanical Joint Fittings AW WA C]53&CI10 EI-07 Ductile Iron Fittings Griffin Pipe Products,Co. Mechanical Joint Fittings AWWA C 110 EI-07 Ductile Iron Fittings MCWane/r 1.Pipet Union Utilities Division Mechanical Joint Fittings,SSB Class 350 AW WA C 153,C 110.0 111 05/14/98 EI-07 Ductile Iron Fittings Uni-Flan a Series 1500 Circle Lock Pipe Restraints 08/10/98 EI-07 MJ Ruins Si ma,Co. Class 350 C-153 MJ Fittings AW WA C153 4'.24- 05/14/98 El-07 Ductile Iron Joint Restraints Ford Meter Box Co. Uni-Flange Series 1500 Citcle-Lock AW WA C I I I/C153 4"to 12" 11109/04 El-07 Ductile Iron Joint Restraints One Bolt,Inc. One Bolt Restrained Joint Fitting AWWA Cl l l/Cl161C153 4"to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series]100(for DI Pipe) AWWA Cl 11/C116/C153 4"to 42" 02/29/12 33-I1-I1 PVC Pipe Mechanical Joint Restraint EBAA Iron,Inc. Megalug Series 2000(for PVC Pipe) AWWACIII/CI16/C153 4"to 24" 08/15/04 El-07 Mechanical Joint Retainer Glands Sigma,Co. Sigma One-Lok Mechanical Joint Restrainer AW WA Cl 11/C153 4"to 24" Bulldog System(Diamond Lok 21&JM 10/12110 EI-24 Interior Restrained Joint System S&B Techmial Products Eagle Loc 900) ASTM F-1624 4"to 12" 08/16106 EI-07 Mechanical Joint Fittings SIP lndmtrics Mechanical Joint Fittings AWWAC153 4"to 24" Pipes/Valves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing#94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31199 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SD 94-20255) AWWA C515 20"and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 SD 94-20247) AWWA C515 16" 10/24/00 EI-26 Resilient Wedge Gate Valve American Flow Control Series 2500 AWWA C509 4"to 12" 08105/04 Resilient Wedge Gate Valve American Flow Control 42"and 48"AFC 2500 AWWA C515 42"and 48" 0523/91 E1-26 Resilient Wedge Gate Valve American AVK Co,m any American AVK Resilient Seaded GV AWWA C509 4"to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20"and smaller E1-26 Resilient Seated Gate Valve Kennedy 4"-12" E1.6 Resilient Seated Gate Valve M&H 4"-12" EI-26 Resilient Seated Gate Valve Muell.Co. 4"-12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361(SD 6647) AWWA 0515 16" 01123/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24"(SD 6709) AWWA C515 24"and small. 05/13/05 Resilient Wedge Guie Valve Mueller Co. Mueller 30"&36".C-515 AWWA 0515 30"and 36" 01/31106 Rem lient Wedge Gate Valve Mueller Ca. Mueller 42"&48",C-515 AWWA(7515 42"and 48" 0128/88 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) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Val-(SD D-21652) AWWA C515 24"and small. 44F29/04 Note<3> Vie• - 39=exd-36= 06121/10 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 30"to 48" 05/08/91 1 E1-26 Resilient Seated Gate Valve Stockham Valves&Fittings AWWA c 509.ANSI 420-—ASTM 4"-12" E1-26 Resilimt Seated Gate Valve U.S.Pipe and Foundry Co. Menoseal 250,requirements SPL#74 3"to 16" Pipgs/Valves&Fittings/Rubber Seated Butterfly Valve EI-3o Rubber Seated Butterfl Valve Henry Pratt Co. AWWA C-504 24" E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24" 1/11/99 E1-30 Rubber Sorted Butterfly Valve Dezurik Valves Co. AWWA C-504 24"and larger 06112/03 1 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 U to 84"diameter 04/06/07 EI-30 Rubber Seated Butterfl Valve M&H Valve M&H Stle 4500&1450 AWWA C-504 24"to 48" aml ing Station 3112/96 WaterSarnplingStatim Water Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 10101/87 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Drawing Nos.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 Dg Barrel Fire Hydrant American Darling Valve Shop Drawing No.94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel R.Hydrant Clow Corporation Shop Drawing No.D-19895 AWWA C-502 01112/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 0824/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435,D20436,B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant rlT Kennedy Valve Shop Drain No.D-80783FW AWWA C-502 0924/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No.13476 AWWA C-502 Shop Drawings No.6461 10114/87 E-1-12 Dry Bartel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 EI-12 Dry Barrel Fire Hydrant Mueller Company A-423SuperC enturion200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C-502 09/16/87 E-1-12 Barrel Fire Hydrant Waterous Company Shop Drawing No.SK740803 AWWA C-502 Water DDurtenanceS 08/08/02 EI-184 Plas[ic Meter Boxes East Jordan Iron Works,Inc. Met.Box(Plastic)w/CI lid Class A.H,C 0828/02 'Double S Saddle Smith Blair #317 Coated Double Strap Saddle 01/2 SST in Saddle JCM Industries,Inc. 4406 Double Band SS Saddle I'to 12"taps 01/30/01 T in Saddle JCM Industries,Inc. #405 Coated Ta in Saddle 1"to 12" s 05/10/11 Ta in Sleeve(Stainless Steel) Powerseal 3490AS(Flan e)&3490MJ 4"-8"and 16" 0229/12 33-12-25 T in Sleeve(Coated Steel) Romae FTS 240 AWWA 0-223 U to 42"w/24"Out 0229/12 33.12-25 Ta in Sleeve(Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24"w/212"Out Prepared 2/29/2012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST manom mmwel Size 02/29/12 33-12-25 Tapping Sleeve(Stainless Steel Romac SST III Stainless Steel AW WA C-223 Up to 30"w/212"Out 05/10/11 Joint R airClamp Powerseal 3232 Bell Joint Repair CI 4"to 30" 08/28/06 Plastic Meter Box w CI Lid AC'CUCAST Class"A"Plastic Box ,/CI Lid Class"A" 08/30/06 Plastic Meter Box w/Plastic Lid DFW Plastics Inc. Class"A"Plastic Box w/Plastic Lid Class"A" Polyethylene Encasement 05/122/05 1 EI-13 Polyethylene Encasment Flexsol Packaging Fulton Ent rises AWWAC105 8 i LLD 05/12/05 EI-13 Polyethylene Encasmem Mountain States Plastics(MSP)and AEP Ind. Standard Hardware AWWA 0105 8 i LLD 05/12105 EI-13 Polyethylene Enm-t AEP Industries Bulisirong by Cowtown Bolt&Gasket AWWA('105 8mil LLD Meters 02/05193 E101_5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4"-10" 08/05/04 Magnetic Drive Vertical Turbirc Hersey Magnetic Drive Vertical AW WA 0701,Class 1 3/4'-6- NOTES From Orimud Standard Products List <1> Cartier Pipe I.D. <2> Above 48'Appmoed on case by ease basis <3> Product Sus 1-5.2.12 ve y construction projects. when i Specifications for specific Products,are included as part of the Construction Contrw Documents,the mquirerneots of the Technical Specification will override the Fort Worth Wales Depanroeot's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Tec anal Specification whether or nor the specific product nmu the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Weser Depamnent's Standard Products list. Prepared 2/29/2012 Page 4 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Klutz Construction, LLC Offeror PROJECT NAME: MNV/DBE �1/1 NON-MM/DBE Burchill Channel Drainage Improvements 03/24/16 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 14 % 5 ado 01712 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st 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 FORT 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 ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E Tin Man Enterprises Fencing $23,1 6731 Bridge St, Ste 64 Material Fort Worth, TX 76120 Installation and 817-288-6116 F-1 or ornamental 817-928-3044 fax work mike@ tinmanenterprises. net Mike Rotramel ATC Construction rove e , 3313 Sherwood St hauling / Willow Park, TX 76087 trucking for 817-713-1892 asphalt paving dannysaenz2000@aol.co m Daniel Saenz Lions Gate Logistics T Hauling by $30,000.00 2600 Timber Rd Dumptruck Burleson, TX 76028 817-917-0668 lionsgatelogisticsl @gmai I.com Mario Martinez Larry Rambo Trucking 2 Hauling by $3,000.00 501 Allison Lane Dumptruck Fort Worth, TX 76140 817-821-3704 817-551-9001 fax Larry Rambo JLB Contracting, LLC Asphalt paving 7151 Randol Mill Rd Fort Worth, TX 76120 817-261-2991 Sam Davis A&R Rent a Fence Fencing 8008 Rosemont Rd Material Dallas, TX 75217 Installation and 214-391-1929 or ornamental 214-391-2661 fax work rosadlanr @gmail.com Rosa Lopez Rev. 2110115 FORT WORTH ATTACHMENT 1A i Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E R&D Burns Brothers Construction: , PO Box 786 Water, sewer, Burleson, TX 76097 pipe, water and 817-447-0292 ❑ ❑ sewer Donnie Burns contractor prequalified J.M. Materials Aggregate: sand/ . PO Box 2107 gravel/topsoil Decatur, TX 76234 940-427-2033 El ❑� V Don Elkins Cowtown Redi mix Furnish Uoncrete $102,11 PO Box 162327 Fort Worth, TX 76161 817-759-2599 ❑ ❑ V 817-759-1716 Max Ulrich FabCo Furnish Hebar $59,184.00 526 N Britain Rd. Irving, TX 75061 972-573-7700 1:1 ❑ V Chuck Cave ❑ ❑ Rev. 2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 59,773.51 Total Dollar Amount of MBE Subcontractors/Suppliers $ 416,183.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 475,956.51 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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 of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The 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 provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Managing Partner Title Contact Name/Title(if different) Klutz Construction, LLC 817-561-5591 817-483-2048 Company Name Telephone and/or Fax PO Box 185 Charlie @klutzconstruction.com Address E-mail Address Kennedale, TX 76060 MAW Z8 , Zo/{o Citylstate/zip Date Rev.2/10/15 s ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe KLutz Construction, LLC Offeror ' PROJECT NAME: MM//DBE I X I NO M/DBE Burchill Channel Drainage Improvements BID DATE 03/24/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 14 % 5 01712 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting 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. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Construction Sanitary Sewer Furnish Concrete Chainlink Fencing Steel Tubing Fencing Furnish Rebar Seeding, Hydromulch Furnish Gravel, Crushed Stone Traffic Control Aspalt Paving Trucking/Haul off Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. X Yes Date of Listing 2 /18 /16 No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? X Yes If es,attach MBE mail listing to include name of firm and address and a dated( Y 9 copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ep rson contacted,phone number and date and time of contact.) —No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" X No documentation may render the GFE non-responsive.) 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Used sed as ar b ar cl-L)p for rr*A f�d Mod. Yes (If yes,attach email confirmation to include name of MBE firm,date and time. In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes �No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) 7—No �0.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Clemons Trucking '12- 2-U - Thelma Clemons Trucking Pricing too high JE Casey 4Vf- 3110- John Casey Railing Fencing Pricing high ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted nd the reasons for not using them will be verified by the City's M/WBE O Ice to ea-4— S Al.. ,tC i . v? 'z Authorized Signature Printed Signature Managing Partner Title Contact Name and Title (if different) Klutz Construction, LLC 817-561-5591 817-483-20yg Company Name Phone Number Fax Number PO Box 185 charlie@klutzconstruction.com Address Email Address Kennedale, TX 76060 Zo 6 City/State/Zip Date Rev.2/10/15