Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 44191
CITY SECRETARY CONTRACT IVO. CM SEC*-M FORTWORTHD.O.E. . C0NTRAa=80W*4 Co. CONSTRUCTC#1 Sr COPY PROJECT MANUAL FOR CLIENT DEPARTMENT THE CONSTRUCTION OF LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY City Project No. 00909 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Infrastructure Design and Construction Group 1,�.111ZZ�ttlll tF•��..0F.?£��rtt 2012 �Ntti1�o1!� r.................................. r Halff Associates, Inc. % .� .fr,'l.e.,.i,,�`�'.:�•.�1(,,�.�r.L f1•:'•.I.erU..,`. ..s.rs..s..M. am DAVID MSMITH 4000 Fossil Creek Blvd. 0*/ #....e............102401 Fort Worth TX, 76137 .BENJAMIN LMNeAHEY . , f 9 93682 . Firm Registration No.312 P�o� .fte +d.�� Q, �G ' F tp , /0 LE_ 4 ► ... tTF7. SE �0/29/20�2 WO RTH, '' 02-19-13 PO4:02 IN FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY City Project No. 00909 Betsy Price Tom Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Infrastructure Design and Construction Group 2012 Halff Associates,Inc. 4000 Fossil Creek Blvd. Fort Worth TX, 76137 Firm Registration No. 312 000000-1 TABLE OF CONTENTS Page 1 of 4 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 5 Division 00-General Conditions 6 00 05 10 Mayor and Council Communication 7 00 05 15 Addenda 8 0011 13 Invitation to Bidders 9 0021 13 Instructions to Bidders 10 0035 13 Conflict of Interest Affidavit 11 00 41 00 Bid Form 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 00 42 43 Proposal Form Unit Price 15 0045 12 Prequalification Statement 16 004511 Bidders Prequalifications 17 00 45 13 Bidder Prequalification Application 18 00 45 26 Contractor Compliance with Workers'Compensation Law 19 00 45 40 Minority Business Enterprise Goal 20 00 52 43 Agreement �- 21 0061 13 Performance Bond 22 0061 14 Payment Bond 23 0061 19 Maintenance Bond •- 24 00 61 25 Certificate of Insurance 25 00 72 00 General Conditions 26 00 73 00 Supplementary Conditions ,+ 27 28 Division 01-General Requirements 29 01 1100 Summary of Work 30 01 25 00 Substitution Procedures 31 01 31 19 Preconstruction Meeting 32 01 31 20 Project Meetings 33 01 32 16 Construction Progress Schedule 34 01 32 33 Preconstruction Video 35 01 33 00 Submittals 36 0135 13 Special Project Procedures 37 01 45 23 Testing and Inspection Services 38 01 50 00 Temporary Facilities and Controls 39 01 55 26 Street Use Permit and Modifications to Traffic Control 40 01 57 13 Storm Water Pollution Prevention Plan 41 01 58 13 Temporary Project Signage 42 01 60 00 Product Requirements 43 01 66 00 Product Storage and Handling Requirements 44 01 7123 Construction Staking 45 01 70 00 Mobilization and Remobilization 46 01 74 23 Cleaning 47 01 77 19 Closeout Requirements 48 01 78 23 Operation and Maintenance Data 49 01 78 39 Project Record Documents CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 20,2012 000000-2 TABLE OF CONTENTS Page 2 of 4 1 2 Technical Specifications which have been modified by the Engineer specifically for this 3 Project; hard copies are included in the Project's Contract Documents 4 5 Division 02-Existing Conditions 6 0241 13 Selective Site Demolition 7 8 Division 31 -Earthwork 9 3123 16 Unclassified Excavation 10 31 23 23 Borrow 11 31 36 00 Gabions 12 13 Division 32-Exterior Improvements 14 32 16 13 Concrete Curb and Gutters and Valley Gutters 15 3231 13 Chain Link Fences and Gates 16 17 Division 33-Utilities 18 33 04 12 Magnesium Anode Cathodic Protection System -- 19 33 05 30 Exploratory Excavation for Existing Utilities 20 33 11 14 Steel Pipe and Fittings 21 .. 22 Division 99—Special Technical Specifications 23 9999.0010 Water Pipe Support and Hanger 24 9999.0015 Water Line Mechanical Expansion Joint 25 9999.0025 Miscellaneous Water Improvements—Force Account 26 9999.0030 Removal and Extension of Concrete Bridge 27 9999.0035 18-Inch Diameter Drilled Shafts 28 9999.0040 30-Inch Diameter Drilled Shafts 29 9999.0045 Class C Concrete(Abut) 30 9999.0050 Class C Concrete(Bent) 31 9999.0055 Class S Concrete (Approach Slab) 32 9999.0060 Reinforced Concrete Slab(Extension Slab) 33 9999.0065 Prestressed Concrete Beams(Type C) 34 9999.0070 Surface Finish for Concrete(Epoxy Waterproof) -- 35 9999.0075 Riprap(Conc-5") 36 9999.0080 Railing(Type T551) 37 9999.0085 Sealed Expansion Joint(SEJ-A) 38 9999.0090 Custom Pedestrian Rail 39 9999.0095 Monolithic Nose 40 9999.0100 Relocate Existing Cattle Guard and Steel Pipe Entry 41 9999.0105 Relocate Existing Cattle Guard 42 9999.0110 Relocate Existing Decorative Entry 43 9999.0115 Pedestrian Rail(Type PRI) 44 9999.0120 MBGF 45 9999.0125 Single Guardrail Terminal 46 9999.0130 Stone Column on Integral Foundation 47 9999.0135 Patterned and Stained Concrete Retaining Wall(Retaining Walls A,B&D) 48 9999.0140 Illumination Pole Attachment to Existing Bridge 49 9999.0170 Miscellaneous Utilities—Force Account 50 9999.0175 Miscellaneous Construction—Force Account CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 20,2012 000000-3 TABLE OF CONTENTS Page 3 of 4 2 9999.0180 Alternate Bid—Custom Pedestrian Rail on Existing Bridge 2 3 Technical Specifications listed below are included for this Project by reference and can be 4 viewed/downloaded from the City's Buzzsaw site at: 5 .. 6 htps://projec!Mint.buzzsaw.conVclient/fortworthgov/Resources/02%20- 7 %20Construction%2ODocwnents/Specifications 8 9 Division 02-Existing Conditions 10 0241 14 Utility Removal/Abandonment 11 0241 15 Paving Removal 12 13 Division 03-Concrete 14 03 30 00 Cast-In-Place Concrete 15 03 34 13 Controlled Low Strength Material(CLSM) 16 03 34 16 Concrete Base Material for Trench Repair 17 03 80 00 Modifications to Existing Concrete Structures 18 19 Division 26-Electrical 20 26 05 00 Common Work Results for Electrical 21 26 05 33 Raceway and Boxes for Electrical Systems .., 22 26 05 43 Underground Ducts and Raceways for Electrical Systems 23 24 Division 31 -Earthwork 25 31 1000 Site Clearing 26 31 24 00 Embankments 27 31 25 00 Erosion and Sediment Control 28 31 37 00 Riprap 29 30 Division 32-Exterior Improvements 31 3201 18 Temporary Asphalt Paving Repair 32 32 11 23 Flexible Base Courses 33 32 11 29 Lime Treated Base Courses 34 3212 16 Asphalt Paving �— 35 3213 13 Concrete Paving 36 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 37 32 13 73 Concrete Paving Joint Sealants 38 32 14 16 Brick Unit Paving 39 32 17 23 Pavement Markings 40 32 31 26 Wire Fences and Gates 41 32 32 13 Cast-in-Place Concrete Retaining Walls 42 3291 19 Topsoil Placement and Finishing of Parkways 43 32 92 13 Hydro-Mulching,Seeding,and Sodding 44 45 Division 33-Utilities 46 33 01 30 Sewer and Manhole Testing 47 33 01 31 Closed Circuit Television(CCTV)Inspection 48 33 04 10 Joint Bonding and Electrical Isolation 49 33 04 11 Corrosion Control Test Stations 50 330440 Cleaning and Acceptance Testing of Water Mains CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 -,, Revised August 20,2012 000000-4 TABLE OF CONTENTS Page 4 of 4 1 3305 10 Utility Trench Excavation,Embedment,and Backfill 2 3305 12 Water Line Lowering �- 3 3305 13 Frame,Cover and Grade Rings 4 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 5 3305 16 Concrete Water Vaults 6 3305 17 Concrete Collars 7 33 05 20 Auger Boring 8 33 05 22 Steel Casing Pipe 9 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 10 33 05 26 Utility Markers/Locators 11 33 11 10 Ductile Iron Pipe 12 33 11 11 Ductile Iron Fittings 13 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 14 33 1220 Resilient Seated Gate Valve 15 33 1225 Connection to Existing Water Mains -" 16 33 1230 Combination Air Valve Assemblies for Potable Water Systems 17 33 1240 Fire Hydrants 18 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe -- 19 33 39 10 Cast-in-Place Concrete Manholes 20 33 39 20 Precast Concrete Manholes 21 33 39 60 Epoxy Liners for Sanitary Sewer Structures .� 22 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 23 33 49 10 Cast-in-Place Manholes and Junction Boxes 24 33 49 20 Curb and Drop Inlets 25 33 49 40 Storm Drainage Headwalls and Wingwalls 26 27 Division 34-Transportation 28 3441 10 Traffic Signals 29 34 41 20 Roadway Illumination Assemblies 30 34 41 30 Aluminum Signs 31 3471 13 Traffic Control 32 33 Appendix 34 GC-4.01 Availability of Lands ^- 35 GC-4.02 Subsurface and Physical Conditions 36 GC-4.04 Underground Facilities 37 GC-4.06 Hazardous Environmental Condition at Site «. 38 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 39 GC-6.07 Wage Rates 40 GC-6.09 Permits and Utilities 41 GC-6.24 Nondiscrimination 42 GR-01 60 00 Product Requirements 43 44 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 20,2012 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Foto COUNCIL ACTION: Approved on 2/12/2013 DATE: 2/12/2013 REFERENCE C-26097 LOG NAME: 20LITSEY ROAD NO.: CONSTRUCTION CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with AUI Contractors, LLC, in the Amount of $6,777,234.30 for Paving, Drainage, Water, Sanitary Sewer and Street Light Improvements Along Litsey Road from Cleveland-Gibbs Road to Independence Parkway and an Additional Amount of$917,356.30 for Contingencies and City and Consultant Furnished Construction Services for a Total Project Cost in the Amount of$7,694,590.60 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with AUI Contractors, LLC, in the amount of$6,777,234.30 for paving, drainage, water, sanitary sewer, and street light improvements along Litsey Road from Cleveland-Gibbs Road to Independence Parkway and an additional amount of$917,356.30 for contingencies and City and consultant furnished construction services for a total project cost in the amount of$7,694,590.60. DISCUSSION: The purpose of this Mayor and Council Communication is to authorize the execution of a construction contract with AUI Contractors, LLC, in the amount of$6,777,234.30 for paving, drainage, water, sanitary sewer, and street light improvements for Litsey Road from Cleveland-Gibbs Road to Independence Parkway. Available Funding for this project is from Regional Toll Funds in the amount of$6,400,000.00 and 2008 Bond Funds in the amount of$1,600,000.00. Water Department is also providing funding of a new 16-inch water line and some sanitary sewer extensions along Litsey Road and across the Litsey . Road Bridge in the amount of$1,381,150.00. Sufficient funds are available between the RTR Funds, 2008 Bond Funds and Water Department Funds for this project. This project was advertised for bid on November 1, 2012 and November 8, 2012 in the Fort Worth Star-Telegram and the following seven bids were received on December 6, 2012: Bidder Amount (Base Bid and Bid Alternative) AUI Contractors, LLC $6,777,234.30 Ed Bell Construction Company $7,370,745.56 Jackson Construction, Ltd. $7,512,435.50 Mario Sinacola & Sons Exec., Inc. $7,691,394.69 McMahon Contracting, LP $7,710,948.66 North Texas Contracting $7,779,344.50 Tiseo Paving Co. $7,910,350.99 http://apps . cfwnet. org/council_packet/mc_review. asp?ID=1. . . 2/13/2013 M&C Review Page 2 of 2 aF The construction total of$6,777,234.30 also includes accepting a bid alternative to provide a new bridge railing across the Litsey Road Bridge on the north side to match the new rail required when the Water Department widens the south side of the bridge. In addition to the construction cost shown above, an additional amount of$917,356.30 will allow for contingencies and City and consultant furnished construction services for a total project cost in the amount of$7,694,590.60. AUI Contractors, LLC, is in compliance with the City's Business Diversity Ordinance by committing to 15 percent MBE participation on this project. The City's MBE goal on this project is 15 percent. This project is located in COUNCIL DISTRICT 2, Mapsco 9A, 9B, 643Z and 644W. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies funds are available in the current capital budgets, as appropriated, of the Grant Capital Projects Fund, Water Capital Projects Fund and Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR74 541200 020302395830 $5.560.399.60 P265 541200 602140090983 $1,185.815.70 P275 541200 702130090983 $31,019.00 Submitted for City Manager's Office by Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Patrick Buckley (2443) ATTACHMENTS 20LITSEY ROAD CONSTRUCTION.pdf http://apps . cfwnet.org/council_packet/mc_review. asp?ID=1. . . 2/13/2013 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY PAVING, ROADWAY LIGHTING,DRAINAGE AND WATER IMPROVEMENTS D.O.E. 6742 CITY PROJECT NO. 00909 ADDENDUM RELEASE DATE: November 21, 2012 BID RECEIVED DATE: December 6, 2012 The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 2 Bid Date is hereby revised from Thursday,November 29, 2012 to Thursday,December 6, 2012 2. A pre-bid meeting was held on 11/15/2012 and the following items were discussed: a. A brief overview of the project was given. b. The Engineer advised the potential bidders to review the borings and the Pavement Transition — Rock to Soil Subgrade Detail shown on Sheet 73 of the plans. c. The Engineer stated the importance of not impeding stormwater along the south side of Litsey Road between Henrietta Creek and the box culvert at Seventeen Lakes Boulevard. d. Sign-in sheet from the pre-bid meeting is included with this addendum. 3. The following items are RFIs that came up during or after the pre-bid meeting and the responses given: a. Q: Will the City allow existing asphalt millings to be used as fill? A: No, asphalt millings used as fill does not meet the City's specification. b. Q: Please verify that the rebar spacing for concrete pavement is #4 bars at 18 inches O.C.E.W. A: Yes, the rebar spacing for concrete pavement is#4 bars at 18 inches O.C.E.W. c. Q: Will the City require a trailer for the City's Engineer? LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 1 A: No. d. Q: Where are potential staging areas? A: There are two potential staging areas: i. Within the excess right-of-way on the south side of Litsey Road at the Cleveland-Gibbs intersection. ii. Within the excess right-of-way between the new alignment and the old alignment near station 100+00. e. Q: Will the City assist the Contractor in locating an acceptable location for a batch plan? ... A: The City will not help determine a location, but will provide adjacent property owner contact names if requested. f. Q: Who is responsible for testing? A: Both the Contractor and the City. The City's new specifications shall be adhered to on this project. See Division 01 —General Requirements— Section 01 45 23 Testing and Inspection Services. g. Q: Who is responsible for construction staking? A: Construction staking will be performed by the City. See Division 01 — General Requirements—Section 01 71 23 Construction Staking. h. Q: Is there a bid item for temporary fencing? A: No, temporary fencing is subsidiary. See the Removal and Fence Plans and see Division 01 —General Requirements — Section 01 11 00 Summary of Work— " Part 1 —Paragraph 1.4.D.6. i. Q: Is the City providing the light poles for this project? A: No, the Contractor shall furnish and install the light poles. However, the Contractor may purchase the poles from the City. j. Q: Will cadd files be given out to bidders? A: No, cadd files will not be available to bidders. DWF files are available on Buzzsaw which provide scaled measurements. k. Q: Is the rebar in the deck extension supposed to be epoxy coated? A: Yes, all reinforcing bars in the bridge deck shall be epoxy coated. Addendum No. 1 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 1 4. Clarification: Where the water pipe material is not specifically identified on the plans, the Contractor shall choose the material to be installed. Bid items with material options are listed with an "A" and "B" in the proposal form. The Contractor shall only specify a price for the material chosen on these items. 5. For clarification on the bridge deck extension, the attached Lap Detail — SK01 shall be added to Sheet 93 of the plans. 6. Clarification: The cost of the light poles shall be included in the Contractor's bid; however the Contractor may purchase the light poles from the City. Light poles T-7, T-9 and T-11 are mounted to the bridge extension per Sheet 99. The bracket is considered subsidiary to the item "Reinforced Concrete Slab". Light poles T-8, T-10 and T-12 are mounted to the existing bridge per Sheet 94 and paid under item "Illumination Pole Attachment to Existing Bridge". 7. Replace sheets 197, 198 and 201 of the plans with the attached revised roadway lighting sheets. 8. Replace entire proposal section with the version enclosed herein. (Revised excel spreadsheet has been posted to Buzzsaw) a. Separated Unit I into two sections, Section A; Water Improvements and Section B; Sanitary Sewer Improvements. b. Separated bid item "3311.0141 6" Water Pipe" into item "3311.0151 6" DIP Water" and "3311.0161 6" PVC Water Pipe". Contractor shall provide a price only for the material chosen. c. Separated bid item "3311.0441 12" Water Pipe" into item "3311.0451 12" DIP Water" and "3311.0461 12" PVC Water Pipe". Contractor shall provide a price only for the material chosen. d. Separated bid item"3311.0541 16" Water Pipe" into item "33.11.0551 16" DIP Water" and "3311.0561 16" PVC C905 Water Pipe". Contractor shall provide a price only for the material chosen. e. Separated bid item "3311.0544 16" Water Pipe (Restrained Joints)" into item "3311.0554 16" DIP Water (Restrained Joints)" and "3311.0564 16" PVC C905 Water Pipe (Restrained Joints)". Contractor shall provide a price only for the material chosen. f. Removed bid item for"Miscellaneous Water—Force Account." g. Changed bid item description from "2605.0121 ELEC SERV Pole MNT" to "2605.0111 ELEC SERV PED." h. Changed bid item description from "3441.3001 Rdwy Illum Assmbly TY 1, 4, and 6"to "3441.3003 Rdwy Illum Assmbly TY 18, 18A, 19, and D-40." i. Changed bid item description from "3441.3301 Rdwy Illum Foundation TY 1, 2, and 4" to "3441.3302 Rdwy Illum Foundation TY 3, 5, 6, and 8." Also revised the quantities from 37 EA to 31 EA. j. Added the following bid items: Addendum No. 1 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 1 i. Communication Ground Box (Type C 1)— 14 EA. ii. 4"PVC Conduit/Bridge Mounted—491 LF. .� iii. 4"PVC Conduit—5,815 LF. iv. Relocate Existing Light Pole on New Type 5 Foundation—2 EA. 9. Traffic Management has added 4" PVC conduit and pull boxes along the entire length of the project which will be used for future fiber optics. The conduit shall include a nylon pull string and tracer wire. A design for the 4"PVC Conduit is not provided. For bidding purposes the 4" PVC conduit shall be located within the south parkway having a minimum of 18 inches of cover. Ground boxes will be spaced 500 feet apart with one box being located at each end of the Henrietta Creek Bridge and one box at the Cleveland-Gibbs intersection. 10. Replace Division 00 — General Conditions — Section 00 41 00 Bid Form with the attached. Prequalification requirements were revised. 11. Replace Division 00 —General Conditions— Section 00 45 12 Prequalification Statement with the attached. 12. Add the attached City of Fort Worth, Texas standard detail "Installation Detail Traffic Signal Communication Ground Box"to the contract documents. 13. Add the following sentence to the end of the first paragraph to Division 99 — Special Technical Specifications — 9999.0060 BID ITEM — REINFORCED CONCRETE SLAB (EXTENSION SLAB) "All reinforcing bars shall be epoxy coated." 14. Add the following specifications under Division 99—Special Technical Specifications: 9999.0185 BID ITEM—COMMUNICATION GROUND BOX(TYPE Cl) See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004 Edition, Item No. 624, "Ground Boxes" for specifications governing this item. http:#ftp.dot.state.tx.us/pub/txdot-info/des/specs/sl2ecbook.pdf Ground box shall meet the requirements listed on City of Fort Worth, Texas standard detail "Installation Detail Traffic Signal Communication Ground Box." Backfill shall conform to the requirements of TxDOT Item No. 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the ground box. PAYMENT: Payment shall be made per each Communication Ground Box installed of .� the types and sizes specified at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. Addendum No. 1 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 1 9999.0190 BID ITEM—4" PVC CONDUIT/BRIDGE MOUNTED See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004 Edition, Item No. 618, "Conduit" for specifications governing this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pddf Conduit shall be Schedule 40 and include a nylon pull string. Conduit hangers shall conform to the TxDOT details provided on Sheet 202 of the plans —. `Electrical Details—Conduit ED (1)-03." PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the proposal and will include full compensation for all labor,tools and incidentals necessary to complete the work. 9999.0195 BID ITEM—4" PVC CONDUIT See TxDOT Standard Specifications for Construction and Maintenance of Highways, �. Streets, and Bridges 2004 Edition, Item No. 618, "Conduit" for specifications governing this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf Conduit shall be Schedule 40 and include a nylon pull string and tracer wire. Backfill shall conform to the requirements of TxDOT Item No. 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the ground box. PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the proposal and will include full compensation for all labor, tools and incidentals necessary to complete the work. Addendum No. 1 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 1 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: AU Contr tors, C. 6&� pv By. B Doug Alumbaugh, P esident Title: Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS PRE-BID MEETING Project Name:Litsey Road Date:Thursday,November 15,_2012 Time: 1. 00 a.m., P —ATTENDANCE— Please Print Legibly Name Representing Email Address Telephone ff4J Nt°.CAIAS1 14ALE ASSWATES RKe A14 C 14A1.FF, (0A R17-764-74-11 .:.,�,� ?fC� t1-G�i�cf�uP!. `�►/t �P,C �6�7�rtr►�.rcx+ ��z—2�'�<G 33� T ' /C/O�y'J�.�. I�7�lt�Cl,,oa�'� Lrt1:�M'Kawlca�,ln .4.•. z:�vx- � au, c.ca►•� g17- 8�-GGB e�t'1 � tea �`L- v�� a �s J°�^c@v�\�"et'e.c�CCr iieS.t,�w• it b9--25�r0j�'� -0 SA,Jk144)R 1 — VQ— /q7,7. �I G (� ,�g�G ri Au,.S �► f36tt- �ht5 T: Z.t't-3 S"8 6 9�'1 � FS'tt,aooE-rt�� l.�EO 86�L.Go,�3sTR�c-Ct c1�.�dM EXTEND EXISTING BARS INTO NEW CONCRETE NEW (DO NOT CUT) BARS A (TOP) AND LAP AS AND B (BOT) SHOWN 21-2* LAP TYP CL �- o EXISTING BEAM NOTE: NOT ALL REINFORCING SHOWN FOR CLARITY. 0 LAP DETAIL 2 `•�P�E..QF.�T� �1 :4..044............::* } FRANK S. GRIFFIN JR.® ADDED TO SHEET 93 OF 252 ��A�•�••87724 CITY OF FORT WORTH, TEXAS , TRANSPORTATION AND PUBLIC WORKS L I TSEY ROAD L AVO: 28276 DATE: 11/20/2012 ■E■ HALFF WE ° ' "'ISK01 nN- - 1 X n �6 co X Ikee 108 a and=:w 49`"'y Qm=m :� I �= a$ 7=am- 21 ma§ M seg 4,4a� __$ �' as az �w "ar R~'-�" '3@� a-.,�� a �Kg a = w X 3baffih sa :0 5ry� aW A a M 3§ .d �, gtl �� � ;;n 1 an W" X _�aoh=x. �� �ffiWaw M1mab .89 3t{ afk' 01 ✓� _ 1, Aa Z N „ Q n H JU ~ ��$ `a' a � _�#:.•a. = WAX "1 s eee �W Li 3 000 Fa Fax e e e JQ0 O Jzw B A A A A LL I—as� O_ ZU x " LL Fi�g �Ty t• %r� W}SSN ZbL9.300 SOZZ-U of LLZ-x AVM)ibVd 30N30N3d34N1 Ol GVOb SOGIO-QNb-13A310 WON3 OVOb A3S111 xz:3 ¢� z o ry W c; z :'' .. r � is L• z z 3 W Lu x 06 ` Lu o 1 b � i a F • a P. a � z Q 0 O O4 ZSdiS3N11F1 dYLZ9b1S3N17HOlbw F IL .::�: \ r •i '1 1g ` W(,7 US` WWF? S 4fii If' ',, ! fUOpUp t _ I G�S� W zwx ! z °I o zoo `r �o <of rc hyo_ 6 9z N Fm �0'c f= iT, I•T -,e--F •II Fi I •` u�mj7 ¢ W a °so +®+ r _ "VI aW = z tiWm a [€ i amza. 0 s. I m° .. ��r�1 ��� I•, T •�tll li is i �� w ij ti. 109 Yom; It a �� ''•�T, •`? I -'3 i'I'}.all': ��tf Nl•. � J �Ts � xo :!I l{ i t N,i i xo a W o I i 3�I S I't :f'f �"; � ;I .•\ � 6 �u�v o , 3 I : I i moLD i•®• j 1 , 3A310 d _. ��.. w - a ,se ` die _ i! / I = J N zz '>{ ;mss.• /; _4 •:;1! NIS HOi 00+Z9 V1S WjNy•©WO� r� M9 300 9OZZ-N StLLZ-X AWANd 33N30N3d30N1 01 OVOb SOGIO-ONY13A310 IN02f.4 CIVOb A3SIII Jill! YV Z < C. M to CC 2 ".1� C7 rwr z z o UJ Et u x. z cW ,6 La tu Z K< > r C U) 5d iN "JOE m4 W&U I? W 00+Z9 ViS 314111 HO.LVV4 Du 00+ZL VIS ANI-)HO-LVW to tow Ov I M zj� Ix 0 C4 C4 • -J'F W =--082- 'a. o T M, " r W0 U U) r R J�S o0 WKWZ L5ROV.P. ?5 > .0 C4 0 ij OLU 1 4 ik H: zl� 0 ir z�' iP i vi z 0 -j 0 ILL W co 0 NiiiA T 0 y. —GA COZ 0 LD C ................................... Z(.) a. OLD J Oa N Fix LU U) 10 C' i j, c1f q: LU ca m 501 Lul,-1 w LU Z . ..... '0 601 .)p Fx z LU Luz 41 ic�.!l uj z DO It,11 :11 W 0 Lu l'- 0 z 0 U30 'Lu 0 Lt. 2 9T N t; U11 02 50 OLL 00+U VIS 3NII H31VVV zu OLU T s 1U) a. <0 x 2419 .300 5022-Y 01:2-x AVh",Nl:!yd 30N3ON3d30N1 Ol OV021 S8810-ONb"13k;310 WOMB OVOM A�Mll i— .c 0 v s } J % v L3 C. O`t D aY < > w z c 2V J Up 0 (^ Sad' :r '•� r u Q ig; d u Z a �R a' 1 (n �trd < e b < a IN a i 2 Y � ana J p p 2 b-F� V I � � �QR8RAm9Rasi�a�a4>gR���$�4aa4A5a>� aagQ�gg§��R+94Sg,9�l88899885 � tit�t t N C h I �3 C s ' ' � s-�sK^-.�Q..*�aps�a?���sagga9YaRaaa�xiR�saappaaaa�>3��»=S�R4;�:��'�0 "ss 3 :+aaaaa aaa aaaaaa aaaataaaaaaaaa �� ----_----- - ° tt FM'rrM t[?iOMicgcgrs?;rEM Jm � tkb FFLFFFFFLLLFFF FFLFLLFF FLLLL � 4 3#333133333333333 333#3333333333333333 < �L i3R9�H$&!}�kRRHRAAk dR���Ekk'i�>3k a� p= rwrw wwwwewww rww ww wwew sww w iS Aild2l tl 5'3'J�Y3tf 3�A lfp AR'A73 i5�.7SgA.�137l44iYAl5 Q?; j u� !t ! ii 'I'v! !t e Olt :10* t C. r� .�_. AAAA AA AAABBBB®®ggQQ gkgk AAAAAAA AAAAAAAAA �n1 g i� ELek�'C St I� - - �k ^3����✓E^ -a ��33 5^ .� iCCi - �y j � 9949994 Y Y 9999 YY 919 c 999I949Y 499494949 Y 999 _ kkKkk .kKkK EFkkF Kk Kk 11, k' Wg33 .ai aaaaa " � eaaaa� i ���!a a�aalag��€aaaaaa -Ia9 googg"e""gee "gl g.°4g .� 39 9 gge 4 LtoLLLL LLL LLLL 'L LL.' L g E'CCC CCCC C�'4i'k!C k CCCCCt�E1FYrT'Ci SS9t LE4, CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY PAVING,ROADWAY LIGHTING,DRAINAGE AND WATER IMPROVEMENTS D.O.E. 6742 CITY PROJECT NO. 00909 ADDENDUM RELEASE DATE: November 29, 2012 BID RECEIVED DATE: December 6, 2012 The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. Replace sheet 94 of the plans with the attached revised Miscellaneous Details sheet. 2. Clarification: Please note that the terms "Quality Control" and "Quality Assurance" appear in the City of Fort Worth standard specifications. The Contractor & City responsibilities are spelled out in most of the individual Technical Specifications. For example, if a project includes the installation of Concrete AWWA C303 Pipe by open cut, the Contractor is responsible for quality control testing of the pipe through the manufacturer/vendor or for providing a certified welder to perform the work through the manufacturer or a third party vendor. The City in turn is responsible for quality assurance of the installation by testing for proper trench compaction. If a project includes concrete paving, the Contractor is responsible for providing a mix design that meets the City's specifications and is installed at the proper thickness and strength. The City provides quality assurance by collecting concrete cylinders and breaking them to check the strength. The City also cores the pavement to verify the thickness. 3. Modification to Section 00 11 13 Invitation to Bidders —Revised Line 24 and 25 to read, "The improvements included in this project, which require prequalification, must be performed by a contractor who is pre-qualified by the City at the time of bid opening." 4. Modification to Section 00 21 13 Instruction to Bidders—Revised Section 3.1 to read: 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving—Requirements document located at; LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 2 https://projectpoint.buzzsaw.com/fortworthizov/Resources/02%20- %20Construction%20Documents/Contractor%20Prequalification/TP W%2 OPaving%20Contractor%20Prequalification%20Program/PREOUALIFIC ATION%20REOUIREMENTS%20FOR%20PA VING%2000NTRACTO RS.PDF?public 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%20Documents/Contractor%20Pregualification/TP W%2 OPaving%20Contractor%20Prequalification%20Pro gram/PREOUALIF IC ATION%20REOUIREMENTS%20FOR%20PA VING%2000NTRACTO RS.PDF?public 3.1.3. Water and Sanitary Sewer—Requirements document located at; https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%20Documents/Contractor%20Pregualification/Water% 20and%20Sanitary%20Sewer%20Contractor%20Prequalification%20Prog ram/W S S%20prequal%20requ irements.doc?public Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED& ACKNOWLEDGED ADDENDUM NO.211 Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. REC T ACKNOWLEDGED: AqjContr tors, L C. By: B Dou lumbau h, President Title: Addendum No. 2 ZYO .300 90ZZ-x e►ttz-x AVMNbVd 30N3ON3d3ON1 Ol OV08 S881O-ONVl3A310 N10UJ OVOU A3Sli1 �s ccyY• R i 9 �gi Y = m u z o R Q m LL 'r= o �pip: u rco e Q m Q o 7..- .�, 2 MS ■ �gJ W ; < 'D >, w o a z r W 4- i a a v1 w 3t c�i 954 g�+ o a u J u§ W � S ��■ a to s ejjC°si#jp g v _ wo to miss lot xv l < 7 1�Q54Y 2 m Ac bi 3 I T i� A ► .� � .�... .k a Zz m s .Mai 7MM w a 'W : .t-a W ~ o n c ` b u uo t. Wb ti .19 ig rW �a , a amn" taw- o - CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY PAVING, ROADWAY LIGHTING,DRAINAGE AND WATER IMPROVEMENTS D.O.E. 6742 CITY PROJECT NO. 00909 ADDENDUM RELEASE DATE: November 30, 2012 BID RECEIVED DATE: December 6, 2012 The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. Add the attached 18-inch Drilled Shaft detail to the contract documents for bridge abutments 1 and 7. 2. Replace entire proposal section with the version enclosed herein. (Revised excel spreadsheet has been posted to Buzzsaw) a. Revise quantity for Bidlist Item No. 91 —Class C Conc (Bent)from 91.9 CY to 29 CY. b. Revise quantity for Bidlist Item No. 93 — Reinforced Concrete Slab (Extension Slab)from 384 SY to 479 SY. 3. The following items are additional RFIs and the responses given: a. Q: The gradation and PI requirements under Section 32 91 19 — "Topsoil Placement and Finishing of Parkways"rules out the use of any onsite material. In fact, it is so restrictive that it appears to require a select material that will have to be imported from a great distance. Is this the City's intention to have an imported topsoil? A: Yes. b. Q: How is the 18-inch ribbon curb being paid and where is the detail? — A: The ribbon curb is being paid under Bidlist Item No. 112 — 18-inch Ribbon Curb. The detail is on Sheet 72. LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 3 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 3" Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. REC lP ACKNOWLEDGED: A Cant ctors, LLC. ,12,,,, , ,J By: B Dou Alumbau h, President Title: Addendum No. 3 SEE SHEET 87 OF 252 FOR WINGWALL DETAILS M I N CONSTR. JT. (TYP.) u- a V) Q 1,-6° w 6 - #6 BARS ___I t0 WJ TOP OF GRAY, #3 PLAIN SPIRAL �n MODERATELY AT 6 PITCH .(ONE '# z HARD LIMESTONE I FLAT TURN T/B) A w J Z X Z F- D INCLUDED IN PRICE ui BID FOR DRILLED SHAFTS 19 18 DS DETAILS OF •i.................•i..•., c % SHANE W.EBBERT 77® ®� 102017 CITY OF FORT WORTH TX o i TRANSPORTATION AND PUBLIC WORKS mu L I TSEY ROAD /IIOSS�ONALE��® AVO: 28276 DATE: 11/29/2012 N a oFORT H.TEXAS 70131-IM cao ®.■ woo Po594 CPEEII ew MEN TEW8,170)"r-I'm O i ®•® HALFF 5' TOPE AIW OF-312 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 4 LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY PAVING, ROADWAY LIGHTING,DRAINAGE AND WATER IMPROVEMENTS D.O.E. 6742 CITY PROJECT NO. 00909 ADDENDUM RELEASE DATE: December 3, 2012 BID RECEIVED DATE: December 6,2012 The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. Clarification—There is a conflict between the Concrete Paving Details and the Technical Specifications. The following provides clarification: • Technical Specification Section 32 13 20 — Concrete Sidewalks, Driveways and Barrier Free Ramps states in Part 2—Products—Section 2.2.C.I.: "Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs." • All reinforcement labels on Plan Sheets 72, 74 and 76 show #4 Bars @ 18" O.C.B.W. • The Technical Specifications are correct. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed bars at 18 inches on-center-both- ways at the center plane of all slabs. LITSEY ROAD FROM CLEVELAND-GIBBS TO INDEPENDENCE PARKWAY ADDENDUM NO. 4 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED& ACKNOWLEDGED ADDENDUM NO. 4" Failure to acknowledge the receipt of Addendum No. 4 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: U I C ntractors LLC. b1A By: B Doug Alumbaugh, P esident Title: Addendum No. 4 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of LITSEYROAD FROMCLEYELAND-GIBBS TO 6 INDEPENDENCE PARKWAY, CITY PROJECT#00909 will be received by the City of Fort 7 Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 Until 1:30 P.M. CST,Thursday,December 6,2012, and bids will be opened publicly and read 14 aloud at 2:00 P.M. CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: Construction of approximately 4,200 18 LF 16"Water Line by Open Cut,490 LF of 16"Water Line Supported on Bridge,400 LF 12" 19 Water Line by Open Cut, 71,700 CY Unclassified Excavation, 8,000 CY Borrow, 78,200 CY 20 Embankment,40,500 SY 10"Concrete Pavement, 7,300 SY 4"Asphalt Pavement, 55,000 SF 21 Concrete Sidewalk,Bridge Extension and 5,200 LF storm sewer. 22 23 PREQUALIFICATION 24 The improvements included in this project,which require prequalification, must be performed by 25 a contractor who is pre-qualified by the City at the time of bid opening.The procedures for 26 qualification and pre-qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO 27 BIDDERS. 28 29 DOCUMENT EXAMINATION AND PROCUREMENTS 30 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 31 of Fort Worth's Purchasing Division website at hm2://www.fortworth og v_org/purchasine and 32 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 33 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 34 suppliers. 35 36 Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc. 37 4000 Fossil Creek Blvd.,Fort Worth TX, 76137 38 39 The cost of Bidding and Contract Documents is: 40 Set of Bidding and Contract Documents with full size drawings: $175 41 Set of Bidding and Contract Documents with half size(if available)drawings: $50 42 43 PREBID CONFERENCE 44 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 45 BIDDERS at the following location, date,and time: 46 DATE: Thursday,November 15,2012 47 TIME: 10:00 A.M. CST 48 PLACE: PMO Conference Room(Room#255) 49 Transportation and Public Works CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 1000 Throckmorton Street,2"d Floor 2 Fort Worth,Texas 76102 3 LOCATION: Second Floor on south side of building in Transportation and Public Works 4 5 CITY'S RIGHT TO ACCEPT OR REJECT BIDS �^ 6 City reserves the right to waive irregularities and to accept or reject bids. 7 8 INQUIRIES .� 9 All inquiries relative to this procurement should be addressed to the following: 10 Attn: Patrick Buckley,P.E.,City of Fort Worth 11 Email: patrick.buckleyefortworth og v^org 12 Phone: 817-392-2443 13 AND/OR 14 Attn: Benjamin McGahey,P.E.,Halff Associates,Inc. 15 Email: bmcgahey(@halff.com 16 Phone: 817-764-7471 17 AND/OR 18 Attn: David Smith,P.E.,Halff Associates, Inc. 19 Email: dsmith@halff.com 20 Phone: 817-764-7486 21 �-° 22 ADVERTISEMENT DATES 23 November 1,2012 24 November 8, 2012 .. 25 26 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 -^ 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00-GENERAL CONDITIONS. g. 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 12 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 13 directly through a duly authorized representative,submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person,firm,partnership,company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding.Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 ,., 40 3.1.1.Paving-Requirements document located at; 41 https://projectl2oint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin� 43 %20Contractor%2OPregualification%2OProgram/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting-Requirements document located at; CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 0021 13-2 INSTRUCTIONS TO BIDDERS .. Page 2 of 9 1 https:Hproiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin 3 %20Contractor%2OPrequalification%2OPropram/PREOUALIFICATION%20REO 4 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 hUs:Hproiectpoint.buzzsaw.com/fortworthpov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanit4rY%20Sewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 10 qual%20requirements.doc?public 11 12 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 13 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 14 45 11,BIDDERS PREQUALIFICATIONS. 15 16 3.2.1. Submission of and/or questions related to prequalification should be addressed to 17 the City contact as provided in Paragraph 6.1. 18 19 20 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 21 bidder(s)for a project to submit such additional information as the City, in its sole 22 discretion may require, including but not limited to manpower and equipment records, 23 information about key personnel to be.assigned to the project,and construction schedule, 24 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 25 deliver a quality product and successfully complete projects for the amount bid within 26 the stipulated time frame.Based upon the City's assessment of the submitted 27 information,a recommendation regarding the award of a contract will be made to the 28 City Council. Failure to submit the additional information, if requested,may be grounds 29 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 30 notified in writing of a recommendation to the City Council. 31 32 3.4.In addition to prequalification,additional requirements for qualification may be required 33 within various sections of the Contract Documents. 34 35 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 36 37 4.1.Before submitting a Bid,each Bidder shall: 38 39 4.1.1. Examine and carefully study the Contract Documents and other related data 40 identified in the Bidding Documents(including"technical data" referred to in 41 Paragraph 4.2.below).No information given by City or any representative of the 42 City other than that contained in the Contract Documents and officially 43 promulgated addenda thereto,shall be binding upon the City. 44 " 45 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 46 site conditions that may affect cost,progress,performance or furnishing of the 47 Work. 48 49 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 50 progress,performance or furnishing of the Work. -• 51 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .. Revised August 17,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests,borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project.On request,City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations,investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all information 28 required to make a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations,and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation,examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data"or 11 any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 44 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 0021 13-5 INSTRUCTIONS TO BIDDERS .. Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Patrick Buckley,P.E.,Transportation and Public Works 22 Fax: 817-392-6543 23 Email: Patrick.buckleyafortworthtexas.gov 24 Phone: 817-392-2443 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3.Addenda or clarifications may be posted via Buzzsaw at 30 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure%2OProjects/00909 31 %20%20Litsey%20Road%20- ,.� 32 %20Independence%20Parkway%20to%20Cleveland%20Gibbs%20Road/Bid%20Packa 33 ge?public 34 ■. 35 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five —� 45 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 46 the requirements of Paragraphs 5.01 of the General Conditions. 47 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the " 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C. of the General ` 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate.The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be .. 48 obtained from the City. 49 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 -- 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 -R 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 x 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder,and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,, Revised August 17,2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 �, Revised August 17,2012 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT w 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as"you')to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIO:pdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 ® CIQ Form is on file with City Secretary 16 ■• 17 Q CIQ Form is being provided to the City Secretary 18 19 Q CIS Form is on File with City Secretary �. 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 "^ 27 AUI Contractors, LLC. By: B I?oug Alumbau h 28 Company 'ase Print 29 30 4775 North Freeway Signature: 31 Address 32 33 Fort Worth, TX 76106 Title: Mana in Partner 34 City/State/Zip (Please Print) 35 M 36 W 37 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised March 27,2012 00 41 00 BID FORM Pape 1 d3 SECTION 00 4100 BID FORM TO: The City Manager clo:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Utsey Road-Independence Parkway to Cleveland-Gibbs Road City Project No.: 00909 Units/Sections: Unit 1;Water Improvements Unit II;Paving and Drainage 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS " Form Revised 20120327 Bid Proposal WwMmk-Add 3 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving c. Water Transmission,Urban/Renewal,24"&Smaller d. Sewer Collection System,Urban/Renewal,8"&Smaller f. Roadway Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. _ 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. — c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 ~� e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 4512 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 quantifies shown in this proposal and then totaling all of the extended amounts. Total Bid $6,682,834.30 q4.40 0-00 7. Bid Submittal �r'1'77, ;L Lk 3 0 ., This Bid is submitted on December 6,2012 by the entity named below. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Woftook-Add 3 004100 BID FORM Page 3 of 3 Res Ilys fitted, Receipt is acknowledged of the followingAddenda: By: Addendum No.1: ( igna re) Addendum No.2: Addendum No.3: B DougAlumbaugh jAddendum No.4: (Printed Name) Title: President Company: AUI Contractors,LLC. Corporate Seal: Address: 4775 North Freeway ear Fort Worth,TX 76106 State of Incorporation: Texas Email: dalumbaugh@auigc.com Phone: 817.926.4377 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Prgwsal WmItIvok-Add 3 X,F,y 43 SYD PROXAAL k"r yn 5&9 SECPION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Int tem information Bidder's hW W Bid�ltem ce Spao�xtion Seotion No. Mca� ro Bid Qotity Unit Prix Bid Vahn Unit I Section A;Water Improvements �. 01 3136.0104 Tvdsted Gol»on Mattresses 31 36 00 CY 41 $278.00 $11,398.00 02 3136.0102 Twisted Gobi" 31 36 00 CY 17 $296.00 $5,032.00 03 3305.0109 Trend Safety 330510 LF 4586 $1.00 $4,588.00 04 3305.0110 Utility Marr 330526 LS 1 $2,000.00 $2,000.00 05 3305.1105 30"Casing By Other Than Open Cut 330522 LF 52 W.00 $23,400.00 06 3305.2005 18'Water Carrier Pipe 33 05 24 LF 52 $72.00 $3,744.00 07 3311.0001 Ductile Iran Water Fittings 331111 TON 12 $7,250.00 $87,000.00 8A 3311.0151 6"DIP Water 331110 LF 138 8B 3311.0161 6"PVC Water Pipe 331112 LF 138 $29.00 $4,002.00 ^' 09A 3311.0451 12'DIP Water 331110 LF 371 09B 3311.0481 12"PVC Water Pipe 331112 LF 371 $46.00 $17,066.00 10A 3311.0551 16'DIP Water 33 11 10 LF 3904 10B 3311.0561 16'PVC 0905 Water Pipe 33 11 12 LF 3904 $54.50 $212,768.00 11A 3311.0554 16"DIP Watley(Restrained Joints) 331110 LF 180 $112.00 $17,920.00 11B 3311.0564 16'PVC CW5 Water Pipe(Restrained Joints) 331112 LF 160 12 3311.0551 16"DIP Water 331110 LF 175 $97.00 $16,975.00 13 3312.0001 Fire Hydrant 331240 EA 6 $3,900.00 $31,200,00 14 3312.0105 Connectlon to Feng 12"Water Main 331225 EA 1 $1100.00 $1,100.00 15 3312.0106 Connection to Existing 16'Water Main 331225 EA 3 $1,450.00 $4,350.00 16 3312.2001 1"Water Servioe,Mater Relocation 33 12 10 EA 3 $1,650.00 $4,950.00 17 3312.2201 2'Water Service,Meter Relocation 331210 EA 1 $2,800.00 $2,800.00 18 3312.3002 6"Gate Valve 331220 EA 8 $1,800.00 $14,400.00 .+ 19 3312.3005 12"Gate Valve 331220 EA 6 $2,900.00 $17,400.00 20 3312.3006 16"Gate Valve w/Vault 331220 EA 9 $8,700.00 $78,300.00 21 3312.6002 6'Blow Off Valve 331260 EA 2 $3,700.00 $7,400.00 22 9999.0005 2"Weter Ar Release Valve on Bridge with Enclosure 331230 EA 1 $5,400.00 $5,400.00 23 9999.0010 Water Pipe Support and Hanger 999900 EA 46 $420.00 $19,320.00 24 9999.0015 Water Une Mechanical Expansion Joint 999900 EA 2 $9,900.00 $19,800.00 25 9999.0020 16"Welded Steel Water Pipe(Epoxy linedlcoated) 331114 LF 491 $238.00 $116,858.00 Unit I Section B;Sanitary Sewer Improvements 01 3301.0002 Post-CCTV Inspection 330131 LF 118 $54.00 $6,372.00 02 3305.0109 Trench Safety 330510 LF 118 $2.00 $236.00 03 3331.4119 6'DIP Sewer Pipe 331110 LF 96 $137.00 $13,152.00 04 3331.4120 6'DIP Sewer Pipe,CSS Backfill 331110 LF 22 $246.00 $5,412.00 05 3339.0001 Epoxy Manhole Uner 333960 VF 12 $160.00 $1,920.00 06 3339.1001 4'Manhole 33 3910,33 3920 EA 1 $2,775.00 $2,775.00 07 3339.1003 4'Extra Depth Manhole 33 3910,33 3920 VF 6 $192.00 $1,152.00 Unit II;Paving and Drainage Improvements 01 0241.0100 Remove Sidewalk 02 41 13 SF 349 $1.60 $628.20 02 0241.0401 Remove Concrete Drive 0241 13 SF 837 $1.50 $955.50 03 0241.0550 Remove Guardrail 02 41 13 LF 134 $4.00_ $536.00 04 0241.1000 Remove Coro Pvmt 02 41 15 SY 546 $7.00_ $3,822.00 05 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 19163 $2.00 $38,326.00 06 0241.3011 Remove 15'Stomp Line 0241 14 LF 132 $15.00 $1,980.00 ... 07 0241.3016 Remove 27'Storm Line 02 41 14 LF 53 $9.00 $477.00 08 0241.3017 Remove 30'Stomp Una 02 41 14 LF 221 $22.00 $4,882.00 09 0241.3020 Remove 39"Storm Uro 02 41 14 LF 177 $14.00 $2,478.00 10 0241.3026 Remove 72'Storm Una 02 41 14 LF 75 $39.00 $2,925,04 11 0241.3401 Remove 4'Storm Junction Box 02 41 14 EA 1 $1,180.00 $1,180.00 12 0241.4401 Remove HeadwaWSET 02 41 14 EA 8 $640.00 $5,120.00 13 2805.0111 ELEC SERV PED 260500 EA 2 $5,100.00 $10,200.00 14 2805.3011 2'CONDT PVC SCH 40(T) 26 05 33 LF 6100 $7.00 $42,700.00 15 2805.3013 2"CONDT RM(n 26 05 33 LF 1130 $28.69 $32,419.70 18 2605.3021 3'CONDT PVC SCH 40 m 260533 LF 1015 $8.00 $9,135.00 17 2605.3031 4"CONDT PVC SCH 40(T) 260533 LF 180.20 $14.00 $1,600 18 3110.0101 Site Clearing 31 10 00 LS 1 $80,000.00 $80,000.00 CITY OF FORT WORTH STANDARD CONMUMON S"ZMCAMN DOCUMENTS Form P-A.W 20120120 Bd PIW W Wa WA-Add 3 OD 42 43 BID PROPOSAL PW2of3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Isfarmabon BWdw%Proposal Bidliyl.It= Unit of No. mon Speo fi°dioo Section No. Measure Bid Qaentity Unit Price Bid Valoe 19 3123.0101 Unclassified Excavation 31 23 16 CY 71745 $4.90 $351,550.50 20 3123.0102 Fill 31 23 23 CY 9000 $3.25 $26,000.00 21 3124.0101 Embankment 312400 CY 78240 $2.50 $195,600.00 22 3125.0101 SWPPP 21 acre 312500 LS 1 $15,500.00 $15,500.00 23 3137.0103 Large Stone Riprap,grouted 31 37 00 SY 582 $92.00 $53,544.00 24 3211.0123 8"Flex Base,Type A.GR-2 32 11 23 SY 7276 $7.50 $54,570.00 25 3211.0400 Lime 321129 TN 767 $139.00 $108,613.00 26 3211.0502 8"Lime Treatment 32 11 29 SY 42613 $3.00 $127,839.00 27 3212.0304 4"Asphalt Pvmt Type D 32 12 16 SY 6817 $20.50 $139,748.50 28 3213.0105 10"Calc Pvmt 32 13 13 SY 40254 $35.20 $1,416,940.80 " 29 3213.0301 4"Cone Sidewalk 321320 SF 54239_ $4.00 $216,956.00 30 3213.0401 8"Concrete Driveway 321320 SF 8013 $4.00 $32,052.00 31 3213.0512 .9 Barrier Free Ramp,Type B 321320 EA 7 $855.00 $5,985.00 32 3213.0517 6 Baffler Free Ramp,Type G 321320 EA 9 $855.00 $7,695.00 33 3213.0518 5 Barrier Free Ramp,Type H 321320 EA 1 $855,00 $855.00 34 3213.0519 S Barrier Free Ramp,Type J 321320 EA 6 856.00 $5,130.00 35 3214.0100 Brick Pvrrd 321416 SY 143 92.00 $13,156.00 36 3216.0101 6"Conc Curb and Gutter 321613 LF 386 10.00 $3,860.00 37 3217.0001 4"SLD Pvmt Marldng HAS(W) 321723 LF 1250 1.00 $1,250.00 .. 38 3217.0002 4"SLD Pont Marking HAS(Y) 321723 LF 1780 1.00 $1,780.00 39 3217.0003 4"BRK Pvmt Marling HAS(W) 321723 LF 3010 1.00 $3,010.00 40 3217.0201 6"SLD Pvmt Marking HAS(W) 321723 LF 1470 1.75 $2,572.50 41 3217A202 8"SLD Pvmt Marking HAS(Y) 321723 LF 360 1.50 $540.00 .., 42 3217.0301 12"SLD Pvmt Marking HAE(W) 321723 LF 1110 2.50 $2,775.00 43 3217.0501 24"SLD Pvmt Marling HAE(W) 321723 LF 807 5.50 $4,438.50 44 3217.2001 Raised Marker TY W 32 17 23 EA 192 3.00 $576.00 45 3217.2102 REFL Raised Marker TY I-C 321723 EA 26 3.00 $78.00 46 3217.2103 REFL Raised Marker TY II-AA 321723 EA 240 3.00 $720.00 47 3217.2104 REFL Raised Marker TY 11-C-R 321723 EA 486 3.00 $1,458.00 48 3231.0142 6 Steel Tube Fence 3231 13 LF 396 22.00 $8,712.00 49 3231.0211 Barbed Wire Fence,Metal Poets 323126 LF 39W 4.00 $15,840.00 50 3232.0100 Conc Ret Wall with Sidewalk 32 32 13 SF 391 42.00 $16,422.00 51 3291.0100 Topsoil 32 91 19 CY 16136 13.00 $209,768.00 52 3292.0100 Block Sod Placement 32 92 13 SY 15539 2.25 $34,962.75 53 3292.0400 Seedklg,Hydromulrh 329213 SY 36818 0.30 $11,045.40 54 3292.0500 Seadkg,Sol Retention Blanket 32 92 13 SY 44461 1.25 $55,576.25 55 3305.00115 12"Waterline Lowering 33 05 12 EA 1 4,000.00 $4,000.00 56 3305.0103 Exploratory Excav Mon of Existing Utilities 330530 EA 1 1,800.00_ $1,800.00 57 3305.0106 Manhole Adjustment,Major 330514 EA 6 3,000.00 $18,000.00 58 3305.0107 Manhole Adjushnent,Minor 330514 EA 2 500.00 $1,000.00 59 3305.0109 Trench Safety 330510 LF 5213 2.00 $10,426.00 60 3305.0111 Valve Box Adjustment 330514 EA 7 300.00 $2,100.00 61 3341.0201 21"RCP,Class 111 33 41 10 LF 519 68.00 $35,292.00 62 3341.0205 24"RCP,Close 111 33 41 10 LF 1722 55,00 $94,710.00 63 3341.0302 30"RCP,Class 111 33 41 10 LF 630 65,00 $40,960.00 ... 64 3341.0309 39"RCP,Class 111 33 41 10 LF 695 77.00 $53,515.00 65 3341.0409 48"RCP,Class tit 33 41 10 LF 8 190.00 $1,520.00 66 3341-0701 72"RCP,Casa 111 33 41 10 LF 972 320.00 $311,040.00 67 3341.1303 6x4 Bac Culvert 33 41 10 LF 310 $250.00 $77,500-00 68 3341.1402 7x4 Boa Culvert 33 41 10 LF 309 $280.00 $86,520.00 69 3341.2003 10x6 Box Culvert 33 41 10 LF 48 $490.00 $23,520.00 70 3349.0001 X Stam Junction Box 334910 EA 6 $3,300.00 $19,800.00 71 3349.0005 V Storm Junction Box 334910 EA 1 $8,400.00 $8,400.00 72 3349.1007 36"Flared Headwall,1 pipe 334940 EA 1 $3,400.00 $3,400.00 73 3349A001 SET,Type I for Box Culverts 334940 CY 60 $711.00 $42,660.00 74 3349.6001 UY Recewed Inlet 334920 EA 14 $2,800.00 $39,200.00 75 3349.6003 20'Recessed Inlet 33 49 20 EA 10 $4,800.001 $46,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .� Fam Revised 20120120 Bid Propad Wodbock-Add 3 004243 BID PROPOSAL Pass 3CdI SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item wormation Biddle Proposal Item Nt Description Specification Section No. UM it O Bid Quantity Unit Price Bid Value as 78 3349.7001 4'Drop Inlet 334920 EA 3 $3,500.00 $10,500.00 77 3349.7003 8'Drop Inlet 334920 EA 1 $5,000.00 $5,000.00 78 3441.1501 Grand Box,Small,Yd Lid 3441 10 EA 18 $650.00 $11,700.00 79 3441.1503 Grand Box,Large,Yd Lid Apron 34 41 10 EA 4 $830.00 $3,320.00 80 3441.3003 Rdwy Illum Assmbty TY 18,18A,19,and D40 34 41 20 EA 37 $2,900.00 $107,300.00 81 3441.3102 20OW HPS PC Lighting Fixture 344120 EA 68 $210.00 $13,860.00 82 3441.3302 Rdwy Ilium Foundation TY 3,5,8,and 6 34 41 20 EA 31 $1,100.00 $34,100.00 83 3441.3404 2-2-24 Quadplex Alum Eloc Conductor 34 41 20 LF 39W $2.20 $8,580.00 84 3441.3405 110-1/0-110-2 Quadplex Alum Else Conductor 344120 LF 3300 $3.25 $10,725.00 85 3441.4002 Fumishllnstall Alum Sign Ground Mount TxDOT Std. 34 41 30 EA 15 $370.00 $5,550.00 86 3471.0001 Traffic Control 34 71 13 Mo 15 $975.00 $14,625.00 87 9999.0030 Removal and Extension of Concrete Bridge 999900 LS 1 $15,000.00 $15,000.00 88 9999.0035 IS*Dia.Drilled Shafts 999900 LF 112 $75.00 $8,400.00 89 9999.0040 30"Dia.Drilled Shags 999900 LF 141 $123.00 $17,343.00 90 9999.0045 Class C Cone,(Abut) 999900 CY 22.1 $1,235.00 $27,293.50 91 9998.0050 Class C Conc(Bent) 999900 CY 29 $2,000.00 $58,000.00 92 9998.0055 Class S Conc(Approach Slab) 999900 CY 5.2 $1,720.00 $6,344.00 93 9899.0080 ReiMorced Concrete Slab(Extension Slab) 999900 SY 479 $250.00 $119,750.00 94 8999.0085 Prestressed Concrete Beams(Type C) 999900 LF 448 $165.00 $73,920.00 95 9989.0070 Surface Finish for Concrete(Epoxy Waterproof) 999900 SF 364 $4.00 $1,536.00 98 9999.0075 Riprap(Cone-51) 999900 CY 9.5 $450.00 $4,275.00 97 9999.0080 Railing(Type T551) 899900 LF 474 $86.00 $40,764.00 98 9998.0085 Sealed Expansion Joint(SEJ-A) 999900 LF 30.3 $162.00 $4,908.60 ,® 99 9899.0090 Custom Pedestrian Rail 999900 LF 474 $166.90 $79,110.60 100 9099.0095 Monolithic Nose 999900 SF 982 $9.00 $8,838.00 101 9899.0100 Relocate Existing Cattle Guard and Pipe Entry 999900 EA 1 $2,900.00 $2,900.00 102 9999.0106 Relocate Existing Cattle Guard 699900 EA 1 $1,885.00 $1,885.00 103 9999.0110 Relocate Existing Decorative Entry 999900 EA 1 $4,600.00 $4,600.00 104 9989.0115 Pedestrian Rail(Type PR1) 999900 LF 812 $84.00 $68,208.00 105 9999.0120 MBGF 999900 LF 115 $23.00 $2,645.00 106 9999.0125 Single Guardrail Terminal 999900 EA 4 $3,200.00 $12,800.00 .,., 107 9999.0130 Stara Column on Integral Foundation 999900 EA 1 $6,000.00 $6,OOD.00 108 9999.0135 Patterned and Stained Concrete Retaining Wall 999900 SF 6824 $71.00 $484,504.00 109 9999.0140 Iilundnation Pole Attachment to Existing Bridge 999900 EA 3 $4,200.00 $12.600.00 110 9999-0145 Remove Stone Headwall Structure 0241 13 LS 1 $9,300.00 $9,300.00 �. 111 9999.0150 Remove and Relocate Mailbox 0241 13 EA 4 $425.00 $1,700.00 112 9999.0155 16'Ribbon Curb 32 16 13 LF 1810 $3.00 $5,430.00 113 9999.0160 16'Type 2 Gate 32 31 26 EA 6 $560.00 $3,360.00 114 9999.0165 16 Type 3 Gate 32 31 26 EA 1 $190.00 $190.00' +� 115 9999.0185 Communication Ground Box(Type Cl) 999800 EA 14 $2,000.00 $28,ODO.00 118 9899.0190 41 PVC Conduttl Bridge Mounted 999900 LF 491 $28.00 $13,748.00 117 9999.0195 4'PVC Conduit 999900 LF 5815 $9.00 $52,335.00 118 9899.0200 Relocate Existing Light Pole on New Type 5 Foundation 34 41 20 EA 2 $1,900.00 $3,800.00 #* jig 9999.0170 Miscellaneous Uffli ies-Farce Account W 99 00 Foi 65000 $1.00 $65,000.00 120 IMM,0175 MiScellenema Construction-Force Account Jim 99 00 1 Force 1 14WW $1.00 $145,000.00 Total Bae Bid $6,682,M.30 AWBeate Bid 01 9999.0180 Bid Akanrte 1 Custom Pedaabian RMI an Existing Bridge Fee 99 0o ILF 1 472 $200.001 $94,400.00 Total Akerfaee Bid .00 Total Bbd 1 $6.777.234.30 UTv of FORT WORTH " STANDARD CONSTRUCTION 9WRCATION DOCUMENTS Toren Retired 20120320 BM MV-1 Wortaoot-Add 3 a .. .. .. .. ,. ... .. ... .. ... .. .. .�. M 004337 VENDOR COMPLIANCE TO STATE LAW P"e 1 or 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER .. Texas Aernment Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that,in order to be awarded a contract as low bidder,nonresident bidders(out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder.Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Company Name Here By: Printed Name Here .., Address Here Address Here or Space (Sign tur City,State Trp Code Here Title: Title Here Date: .. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Worl)ook•Add 3 004511-I BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 '~ 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder -- 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st 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/tMMrmit/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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1.2011 004511 -2 BIDDERS PREQUALIFICATIONS ..0 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 Prequalij�cation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by ferns 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 no 004511-3 BIDDERS PREQUALIFICATIONS no 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. +.a 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 OR no 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 om 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT .o 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s)listed. so 7 8 Major Work Contractor/Subcontractor Company Name Prequalification .. Type Expiration Date Concrete Paving AUI Contractors 4/2013 Water Transmission, Urban24"&Urban/Renewal, AUI Contractors 4/2013 24"&Smaller Sewer Collection System, Urban/Renewal, AUI Contractors 4/2013 w 8"&Smaller Roadway Lighting Independent Utilities 9 10 11 The undersigned hereby certifies that the contractors and/or subcontractors described in .. 12 the table above are currently prequalified for the work types listed. 13 14 BIDDER: 15 16 AUI Contractors, LLC. By: B Doua Alumbauah 17 Company (Plasse Pri 18 19 4775 North FrPewav Signature: a, 20 Address 21 ... 22 Fort Worth, TX 76106 Title: Managinq Partner 23 City/State/Zip (Please Print) 24 25 Date: February 7, 2013 26 *� 27 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: AW QIndividual QLimited Partnership Name under which you wish to qualify C]General Partnership Q Corporation []Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax E-mail Address Area Code Number Area Code Number Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: 'BIDDER PREQUALIFICATION APPLICATION" *� 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm. (Check the block(s)which are applicable-Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Chas fewer than 100 employees and/or Chas less than $6,000,000.00 in annual gross receipts OR ,does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. .. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission,Development, All Sizes Water Transmission, Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller — CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1,2011 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED 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 m. 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 Construction/Reconstruction(LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction(10,000 square yards and GREATER) Roadway and Pedestrian Lighting MY OF FORT WORTH p*TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EVISED July 1,2011 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in construction work has your organization had: -" (a)As a General Contractor: (b)As a Sub-Contractor? 4. *What projects has your organization completed in Texas and elsewhere? LOCATION NAME AND DETAILED - CONTRACT CLASS OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL AMOUNT WORK COMPLETED STATE TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer or owner of another organization that failed to complete a contract? If so, state the name of individual,other organization and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS {�—VISED July 1,2011 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of individual,name of owner and reason. 8.In what other lines of business are you financially interested? 9. Have you ever performed any work for the City?If so,when and to whom do you refer? 10. Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three years? NAME OF FIRM OR COMPANY DETAILED ADDRESS 11.Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12.What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION YEARS OF MAGNITUDE AND IN WHAT CAPACITY OR OFFICE CONSTRUCTION TYPE OF WORK EXPERIENCE CITY OF FORT WORTH �TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1,2011 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 13.If any owner,officer,director,or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition, list any City employee who is the spouse, child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: State of Incorporation State of organization Date of Incorporation Date of organization Charter/File No. Is partnership general,limited,or registered limited liability partnership? President Vice Presidents File No.(if Limited Partnership) General Partners/Officers: Limited Partners(if applicable): Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If an LLC: Individuals authorized to sign for partnership: State of Incorporation: Date of Organization: File No. Officers or Managers(with titles, if any): Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution,corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH � TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EVISED July 1,2011 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14,Equipment $ TOTAL BALANCESBEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 �. 6 7 �. 8 9 10 12 13 - 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification.In the description include,the manufacturer,model,and general common description of each. CITY OF FORT WORTH ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1,2011 r 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 err BIDDER PREQUALIFICATION AFFIDAVIT w� STATE OF TEXAS COUNTY OF TARRANT The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named,as of the date herein first given;that this statement is for the express purpose of inducing the party to.whom it is submitted to award the submitter a contract;and that the accountant who prepared the balance sheet accompanying this report as wall as any depository,vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. B Doug Alumbaugh ,being duly sworn,deposes and says that he/she is the President of AUI Contractors, LLC. ,the entity described in and which executed the foregoing stsatement that he/she is familiar with the books of the said entity showing its financial condition;that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: AiUI CoRtractoo,4K. Signature: � `-' `' +� Sworn to before me this )p'N� R ... 13th y day of February 2013 ;• �p R p(j�•. r = 2 n �9lF0FIt- Notal'V Pu 1C O'FYPIREr�. Notary Public must not be an officer,director,or stockholder or relative thereof. 7 7CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED July 1,2011 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I *"" 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 00909.Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with w 7 worker's compensation coverage. 8 9 CONTRACTOR: an 10 11 AUI Contractors, LLC. By: B oug Alumbaugh 12 Company (Pl a Print) 13 14 4775 North Freeway Signature: 15 Address 16 +�* 17 Fort Worth, TX 76106 Title: Managing Partner 18 City/State/Zip (Please Print) 19 „ 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 B Doug Alumbaugh ,known to me to be the person whose name is .w 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of A 11Contra _ ors* LLC_ for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 7th day of 32 February ,20? a so 34 ��� PNIE SRA j��� 35 R Y AG•. '� % r ti l� .� -� 36 :`2 �_': Nota ublic in and for the ate of Texas 37 I yl� P A. i �t OF SE 38 ''. 08 !'�Res•.. ' EOF SECTION 39 *�r CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of I 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. .. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority .. 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 15?16 of the total bid (Base bid applies to Parks and 16 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 18 deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS .. 21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 22 required to comply with the intent of the City's Business Diversity Ordinance by one of the 23 following: ,.., 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Waiver documentation. 28 Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- 29 responsive.Any questions,please contact the M/WBE Office at(817)392-6104. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Managing Department, within the followin 33 times allocated, in order for the entire bid to be considered res onsiveto the s ecifications. .. 34 Q .... 35 }� _ 36 1. Subcontractor Utilization Form,if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form,if participation is less than the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after _ to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 37 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .® Revised August 17,2012 00 52 43-1 Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on $2 is made by and between the City of Fort 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and AUI Contractors, LLC., authorized to do business in Texas, acting by and through 7 its duly authorized representative,("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Litsey Road from Cleveland-Gibbs to Independence Parkway 17 00909 P 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 450 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will -° 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Five Hundred Dollars ($500.00) for each day that expires after the time specified in 34 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Six Million Seven Hundred Seventy-Seven Thousand 38 Two Hundred Thirty-Four Dollars and Thirty Cents($6,777,234.30). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 , Revised August 17,2012 005243-3 Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act,omission or neeligence of the city. 94 95 Article 7.MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or .. 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 127 Contractor: City of Port Worth AUI lContractors, LLC. B : Fernando Costa B Assistant City Manager (Signature) ' n Datetreta 4i� 'FORT �ia°0000°o°�p�� DougAlumbau Attest: o °p��� (Printed Name) SSf City.3 (J�"o° o�d (Seal; 010°o o�d Title: Managing Partner d a o d 00 000 Address: 4775 North Freeway M&C c - l Date: 7- ( L i 3 City/State/Zip: Fort Worth,Texas 76106 �ppro d a to F and Legality: Date Dou ck Assistant City Attorney 128 129 130 APPROVAL RECOMMENDED: 131 132 r.�� 133 (, J ` .- 134 Douglas XAA Wiersig 135 DIRECT , 136 Department of Transportation/Public Works 137 [0F:1F11C1:ALREC0RDARYCITY OF FORT WORTH YTRAASTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17,2012 0061 13-I PERFORMANCE BOND Page I of 2 Bond 1022042977 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, AUI Contractors,LLC., known as"Principal"herein and Liberty Mutual 9 Insurance Company, a corporate surety(sureties, if more than one)duly authorized to do business 10 in the State of Texas,known as"Surety"herein(whether one or more),are held and firmly bound 11 unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, 12 known as"City"herein,in the penal sum of, Six Million Seven Hundred Seventy-Seven 13 Thousand Two Hundred Thirty-Four Dollars and Thirty Cents($6,777,234.30), lawful money of 14 the United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum 15 well and truly to be made,we bind ourselves, our heirs,executors,administrators, successors and 16 assigns,jointly and severally, firmly by these presents. _ 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the day of FEB 12 2013__,20,which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Litsey Road from Cleveland-Gibbs to 22 Independence Parkway, 00909. 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 0061 13-2 PERFORMANCE BOND �- Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 FEB 12 2013 , 20 7 PRINCIPAL: 8 1 AUI Contractors,LLC. 9 10 11 BY: 12 ignatur 13 ATT 14 w 15 Doug Alumbaugh 16 (Principal)Secretary V Managing Partner 17 18 Address: 19 4775 North Freeway 20 � Fort Worth.Texas 76106 21 22 Wi ss as to Principal 23 SURETY: 24 Liberty Mutual Insurance Company 25 w 26 �Zt nrf /L�.} 27 BY: 28 ignature 29 30 Sophinie Hunter 31 Attorney in Fact 32 -- 33 Address: 34 % 12201 Merit Drive, Ste 795 35 ( �/ ��� Dallas.Texas 75251 36 37 Witness as to Surety Telephone Number:(214)691-5721 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .s Revised July 1,2011 0061 14-1 PAYMENT BOND .. Page 1 of 2 Bond #022042977 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, AUI Contractors, LLC., known as "Principal" herein, and Liberty Mutual 9 Insurance Company, a corporate surety (sureties), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City 11 of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known 12 as "City" herein, in the penal sum of Six Million Seven Hundred Sevenjy-Seven Thousand Two 13 Hundred Thirty-Four Dollars and Thirty Cents ($6,777,234.30), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 15 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 day of M 1192013 , 20 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials,equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Litsey Road from Cleveland-Gibbs to Independence Parkway, 22 00909. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ^� Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 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 FEa_j3day of 3 ,20 4 PRINCIPAL: AUI Contractors,LLC. ATTEST: BY: b 4,- a7, Signature 7 Doug Alumbaugh (Principal) Secretarf Managing Partner Address: 4775 North Freeway Fort Worth,Texas 76106 i ess as to Princip SURETY: Liberty Mutual Insurance Company r ATTEST: BY: '111(J4 i Signature Sophinie Hunter Attorney In Fact (Surety)Secretary Address: 12201 Merit Drive, Ste 795 Dallas,Texas 75251 Witness as to Surety Telephone Number: (214)691-5721 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 �" Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page I of 3 Bond 1022042977 I 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 AUI Contractors,LLC., known as"Principal"herein and Liberty Mutual Insurance 9 Companx, a corporate surety(sureties, if more than one)duly authorized to do business in the 10 State of Texas, known as"Surety"herein(whether one or more), are held and firmly bound unto 1 I the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, 12 known as"City"herein, in the sum of Six Million Seven Hundred Seventy-Seven Thousand Two 13 Hundred Thirly-Four Dollars and Thi . Cents($6,777,234.30), lawful money of the United 14 States,to be paid in Fort Worth,Tarrant County,Texas,for payment of which sum well and truly 15 be made unto the City and its successors,we bind ourselves, our heirs,executors,administrators, 16 successors and assigns,jointly and severally,firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the day of FEB 12 2013 ,20___,which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 21 materials,equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 23 the"Work") as provided for in said contract and designated as Litsey Road from Cleveland-Gibbs 24 to Independence Parkway, 00909; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefore at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 """ Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 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 day of FEB 12 2013 3 20_ 4 5 PRINCI AL: 6 1AUl C actors C. 7 8 BY: 9 ignaiu 10 ATT 11 12 Doug Alumbaugh 13 (Princi al)Secret Managing Partner 14 15 Address: 16 4775 North Freeway 17 Fort Worth,Texas 76106 18 ✓I;t-C_ 19 Wi ss as to Principal GIG 20 tlSURETY: , 21 (Libertv Mutual Insurance Company- 22 23 BY: 24 Sijnature _ 25 26 Sophinie Hunter ,. 27 ATTEST: Attorney in Fact 28 29th Address: 30 (Surety)Secretary 12201 Merit Drive,Ste 795 31 _ Dallas,Texas 75251 32 q�j 33 Witness as to Surety Telephone Number:(214)691-5721 .. 34 35 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 36 from the by-laws showing that this person has authority to sign such obligation. If 37 Surety's physical address is different from its mailing address, both must be provided. 38 The date of the bond shall not be prior to the date the Contract is awarded. 39 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 '" Revised July I,2011 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5478166 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company r.e The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY L" KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duty organized under the laws of the State of Ohio,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, BRET TOMLINSON;CHARLES K.MILLER;CLINTON NORRIS; DAVID C.OXFORD;PEGGY HOGAN;SHANNON LEWIS;SHERI R.ALLEN;SHERREL BREAZEALE;SOPHINIE HUNTER;STEVE RICKENBACHER;STEVEN J.ZINECKER............................. ................................................................................................_......................................................................................................................................................................................................_.................... all of the qty of DALLAS state of Tx each individually If there be more than one named,its true and lawful attomey-in-fad to make,execute,seal,acknowledge *— and deliver,for and on its behalf as surety and as its ad and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power ofAttomey has been subscribed by an authorized officerorofficial ofthe Companies and the corporate seals of the Companies have been affixed thereto this 24th day of Jury 2012. �caN FfR `tr ItisL uwlHsw sueavc t ANegi American Fire and Casualty Company 'o awe F� yJr pqy �, r ' cqy The Ohio Casualty Insurance Company oa �oRy Liberty Mutual Insurance Company t u 1901 . Peerless Insurance Company West American Insurance Company Z 71 c By: °1K C STATE OF WASHINGTON ss Gregory W Davenport,Assistant Secretary COUNTY OF KING — 0 mOn this 24th day of Jul 2012 before me personally appeared Gregory W.Davenport,who acknowledged himself to be the Assistant Secretary of American Fire and >,N Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,Peerless Insurance Company and West American Insurance Company,and that he,as such,being to NJ `aauthorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. O E a> 10 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. Q M II c D i NOTARY _ By: Q) C PUBLIC 3 KD Riley,NotaW Public M O `= o``o=, OE IL M This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and;4(itliorizations of American Fire and Casualty Company,The Ohio Casualty Insurance o N Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company,which resolutions are now in full force and effect reading as follows: w do0 ARTICLE N-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Gorporabon authorized for that purpose in writing by the Chairman or the President,and subject O . to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fad,as may be necessary to act in behalf of the Corporation to make,execute,seal, :5 acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective = 01 powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so � f I vw- executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under 0 a {I= the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. w N Isxx Illrurr ao c � , ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, w et i Zand subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fad,as may be necessary to ad in behalf of the Company to make,execute, O o JIB, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys4n-fad subject to the limitations set forth in their tJ respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so �O r executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such y.. attorney-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,reoognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and biding upon the Company with the same force and effect as though manually affixed. I,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day bf EB 12 2013,20 AN FtlPIKY INgU e gtiRAN�� St AMFq�C t " ppp'qy Qa �ppp� rY10 �+; �+t r t F O V �"`_•�� L) LIE 1901 ° 1 B ss SEAL ! yo S N T. an %G SEAL e; y David M.Carey,Assistant Secretary Ggtry Go�Q �'ki l.�` POA-AFCC,LMIC,OCIC,PIC&WAIC LMS 12873 041012 10� rtx mutwil- H Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 W - You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1%800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: httD://www.tdi.state.tx.us E-mail: ConsumerProtection(a.tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev.7.1.07 s. 006125.1 CERTIFICATE OF INSURANCE Page 1 of I 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.] Ar 8 9 10 11 12 13 14 15 16 17 18 .r 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 `♦` CERTIFICATE OF LIABILITY INSURANCE DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sherrel Breazeale NAME: Southwest Assurance Group, Inc. PHONE Exth 214-691-5721 x-105 FAX No);214-691-4961 12201 Merit Drive, Ste 795 E-MAIL :sowston@southwestassurance.com INSURERS AFFORDING COVERAGE NAIC p Dallas TX 75251 INSURERA:Illinois National Insurance 23817 INSURED INSURER B:Commerce and Industry Ins. Co. 19410 AUI Contractors, LLC INSURERC:New Hampshire Insurance Company 3841 4775 North Freeway INSURERD:Great American Insurance Co. 22136 INSURERE:Steadfast Insurance Company 6387 Fort Worth TX 76106 INSURERF: COVERAGES CERTIFICATE NUMBER:2012/2013 AUI 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. NOTVNTHSTANDING 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 INSURANCEADDLSUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY GENERAL LIABILITY 77L0919657 /1/2012 9/1/2013 EACH OCCURRENCE $ 1,000,000 DAMAGE 300 000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ A CLAIMS-MADE ❑X OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICYFX PRO LOC $ AUTOMOBILE LIABILITY CA8263286 /1/2012 /1/2013OMBINEDISINGLEL[MIT 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident Uninsured motorist property $ X UMBRELLA LIAB X OCCUR E166604363 /1/2012 /1/2013 EACH OCCURRENCE $ 10,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED I X I RETENTION$ 10,00 $ C WORKERS COMPENSATION KC7188804 9/1/2012 9/1/2013 X WCSTATU-LM TS 0 TH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER 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 $ 1,000,000 D All Risk/Broad Form IMP993837414-22 9/1/2012 9/1/2013 Each Loss $20,000,000 Bldrs Risk/Install/Equip quip on Next Page Per Occurrence $20,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Re: Litsey Road - Independence Parkway to Cleveland-Gibbs Road #00909. See Attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Purchasing Division 1000 Throckmorton Street AUTHORIZED REPRESENTATIVE Fort Worth, TX 76102 David Oxford/SHEREL CG-(�'' ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD .� ADDITIONAL COVERAGES rD ef# Description Coverage Code Form No.Builders' Risk-Ded for Bridge Work(Pol#IMP9938374-22)9/1/2012-13 BR Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium See Page 1 25,000 Flat Ref# Description Coverage Code Form No. Edition Date D Builders' Risk-Ded for Other Const. (Pol#IMP9938374-22)9/1/2012-2013 BR Limit 1 Limit 2 Limit 3 JDeductible Amount Deductible Type Premium See Page 1 $2,500 Flat R7efDescription Coverage Code Form No. Edition Date DContractors Equipment-Rented& Leased(Pol#IMP9938374-22)9/1/2012-13 EQUIP Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $600,000 Item $800,000 Occ $5,000 Theft Flat Ref# Description Coverage Code Form No. Edition Date D Contractors Equipment-Rented & Leased(Pol#IMP9938374-22)9/1/2012-13 EQUIP .. Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $600,000 Item $800,000 Occ $2,500 Other Flat Ref# Description Coverage Code Form No. Edition Date D Contractors Scheduled Equipment(Pol#IMP9938374-22)9/1/2012-13 EQUIP Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium See Page 1 $5,000 Theft Flat Ref# Description Coverage Code Form No. Edition Date D Contractors Schedule Equipment(Pol#IMP9938374-22)9/1/2012-13 EQUIP Limit 1 it 2 Limit 3 Deductible Amount Deductible Type Premium See Page 1 $2,500 Other +- R7# Description Coverage Code Form No. Edition Date EProfessional Liability(Pol#EOC9259652-05) 9/1/2012-13 PROF Limit 1Limit 2 1 Limit 3 Deductible Amount Deductible Type Premium .,. $2,000,000 Occ $2,000,000 Agg $50,000 Flat Ref# Description Coverage Code Form No. Edition Date E Contractors Protective Professional Liability(Pol#EOC9259652-05)9/1/12-13 PROF Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium $1,000,000 Occ $2,000,000 Agg $100,000 Flat Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium In!escription Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref# Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium rOFADTLCV Copyright 2001,AMS Services,Inc. . COMMENTS/REMARKS NAMED INSURED: AUI CONTRACTORS, LLC POLICY TERM: 9/1/2012-2013 w ADDITIONAL INSURED - BLANKET ADDITIONAL INSURED endorsements are included on the General Liability, Auto Liability and Umbrella policies. The forms indicate that `MANY PERSON OR ORGANIZATION" will be included as an additional insured when required by a written contract. Additional ® Insured coverage is provided per the terms and conditions of these forms. • General Liability - CG 20 33 07 04 (ongoing operations) CG 20 37 07 04 (completed operations) • Auto Liability - CA 87950 10/05 • Umbrella Liability - 80517 (11/09) Page 19 of 24, M-7 WAIVER OF SUBROGATION - BLANKET WAIVER OF SUBROGATION endorsements are included on the Work Comp, General Liability, Auto Liability and Umbrella policies. The forms indicate that `MANY PERSON OR ORGANIZATION" will be included as an additional insured when required by a written contract. Waiver of subrogation coverage is provided per the terms and conditions of these forms. • Workers' Compensation - WC 42 03 04A (01/00) • General Liability - CG 24 04 10 93 • Auto Liability - 62897 (6/95) • Umbrella Liability - 80517 (11/09) Page 16 of 24, 0-3 w OTHER COVERAGES must be required by a written contract - . PRIMARY COVERAGE for ongoing and completed operations per the terms and conditions of 90533 (3/06) • PER PROJECT GENERAL AGGREGATE LIMIT is provided per the terms and conditions of 86681 (9/04) • ALTERNATE EMPLOYER ENDORSEMENT is provided per the terms and conditions of WC 00 03 01 (4/84) so • X,C & U (EXPLOSION, COLLAPSE & UNDERGROUND) is not excluded from the General Liability policy and is per the terms and conditions of General Liability Coverage Form CG 00 01 12 07. • CONTRACTUAL LIABILITY coverage is standard and may not cover all liabilities assumed by re the named insured under its contract with you and is per the terms and conditions of General Liability Coverage Form CG 00 01 12/07. When contract documents are provided for review, only the insurance requirements contained in the contract are reviewed. The scope of our review is to determine if the current insurance program in place for the named insured addresses the types and amounts of insurance coverage referenced by the contract. We identified the significant insurance obligations. Our agency is not providing legal advice or a legal opinion concerning any portion of the contract. In addition, our agency is not undertaking to identify all potential liabilities that may arise under this contract. The review is provided for the information of the named insured and should not be relied upon by third parties. Any descriptions of insurance coverages are subject to the terms, conditions, exclusions and wM other provisions of the policy and any applicable regulations, rating rules or plans. LOFRERK COPYRIGHT 2000, AMS SERVICES INC. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT a._ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:AV917,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 �-. 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 .. Article 2—Preliminary Matters..........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 ... 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 -- 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 -- Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies................ 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................... ..........11 ................................................... 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....................... 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site................ Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers .....................16 .............................................................................. 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:A V917,2012 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 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 �. 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project 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 r J CITY OF FORT WORTH �. STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Aust 17,2012 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............................................ 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 .� Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 -� 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Aum 17,2012 on Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 r. 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 ow 17.05 Headings.................................................................................................................................„...63 CITY OF FORT WORTH , STANDARD CONSTRUCTION SPECIFCATION DOCUNIENTS Revision:August 17,2012 Pagel 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. r 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any,and the Bid Form with any supplements. 10. Business Day–A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document management,and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 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. CnY OF FORT WORTH . STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Angst 17,2012 f. vv . 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 duty 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. w 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly �. appointed representative,assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which �. graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price,Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. " CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 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:A gg 17,2012 vy.� 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:Augur 17,2012 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:August 17,2012 vyy 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 fimctioning 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:August 17,2012 V 411x.1 PI VVIIYIYVII 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. r` 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 w. 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:Atm 17,2012 vy,yPage 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:August 17.2012 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:Aunt 17,2012 vv.�Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data fiunished 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:Aunt 17,2012 v V v 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:August 17,2012 vPage 13 of 63 a% 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 SPECIFCAT70N DOCUIv1ENTS Revision:Aug a 17,2012 vvPage 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:A WM 17,2012 .... Page 15 of 63 NA construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. _ D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A);.and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take -- corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work ^•- performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold -� harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. .. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT10N DOCUMENTS Revision:ALS917,2012 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:August 17,2012 vPage 17 of 63 aft 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:August 17,2012 .V -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:A lust 17,2012 .. v_ Page 19 of 63 aft insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are .. normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may �. require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages - because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. ^ E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other.loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace •. If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance .. required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques,sequences,and procedures of construction. . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 vw.n u....v 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:August 17,2012 V encral l.un W uuRS ® 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. f•a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 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 hems: 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:August 17,2012 V 4.II V.4l VVI.YII.V..J 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 r 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal"or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. �t 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 DOCUN ENTS Revision:August 17,2012 Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUN>ENTS Revision:August 17,2012 ... Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor �. 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract ._ Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. .� C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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. CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 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:August 17,2012 VGIIGIAI%-V111111ium Page 27 of 63 the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the —• Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is 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 w 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:August 17,2012 V ullci al 1-ul lu ltivi W Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts ¢ Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxfonns/93-fonns.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:August 17,2012 V 41.414•\. 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:A U 17,2012 Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 vy Page31of 63 am 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:August 17,2012 VGIMIM 1 V11VJUV113 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 DOCUM6TITS Revision:August 17,2012 1]01!01Sl%VILUIL M 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 Cin'; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall ' furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own " expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS LNDEAV14MCATION PROVISION IN SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIRT EVEN IF IT IS A"GED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEMGO ]TIr WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITV. 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:August 17,2012 Page 34 of 63 SPECIFICALLY INTE FD TO OPERATE AND BE EFFECTLVE EVEN IF IT I ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:AuVist 17,2012 Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of ,.. others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work.Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with — Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 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:Aum 17,2012 V 1.1141 RI VVIIYIUVIJ 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:August 17,2012 vyyPage 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 v. 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:August 17,2012 vyy'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:Augat 17,2012 V 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:August 17,2012 Page 41 of 63 — D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized _. by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs ,,. of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All W 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:Au@M 17,2012 vcnw a ,vuwuvua 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:August 17,2012 vcucm�.vuwuvua 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.I or specifically covered by Paragraph 11.0 LAA, 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. S. Other overhead or general expense costs of any kind. �n 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 11.0l.B, 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:Aught 17,2012 VcliclaI%-U11UN1U11J 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. f1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:ALVA 17,2012 Page 45 of 63 as 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be ., made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. .« CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.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 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever — CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:A W917,2012 Ucuc141 wuuuiuiia 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.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net 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:Augg 17,2012 vy„yPage 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 fiunish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the - Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 .w v 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 r 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:August 17,2012 y 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:Augm 17,2012 vV 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:Aust 17,2012 vv _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 w 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 24—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:A W917,2012 VCIM14I I.VIWIIIVIIJ 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:A Vw 17,2012 %JG..Qi.Y.l V1.V...V... Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:ASM 17,2012 McIMIW�V11—uvua 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:August 17,2012 venerai tronamons 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:AVO 17,2012 ,.. 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:?uigst 17,2012 v�•,yPage 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 SPECEFCATION DOCUMENTS Revision:August 17,2012 %jr,"CRU wnuuwna ... 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.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CTrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:AAV9 17,2012 VCHCFUI wuuiuunu 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:August 17,2012 uenerai t,onmuons .., 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 10.06.1) 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:August 17,2012 vy,yPage 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—NIISCELLANEOUS 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 SPECEFCATION DOCUMENTS Revision:August 17,2012 vcucw....u..u.a.v..o ,., 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:AuSA 17,2012 Intentionally Left Blank 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are I 1 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms �. 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications and Specifications shall govern over standard details. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 37 October 26,2012: 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired - PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 5 AIL Investment, L.P. January 1, 2013 8 Whigham Family Limited Partnership January 1, 2013 10 I Am One, Inc. January 1, 2013 �.. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 2 and do not bind the City. 3 4 if Contractor considers the final easements provided to differ materially from the representations on the 5 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 6 notify City in writing associated with the differing easement line locations. 7 8 SC-4.01A.2,"Availability of Lands" 9 10 Utilities or obstructions to be removed,adjusted,and/or relocated ... 11 12 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 13 as of October 26,2012: 14 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Oncor Overhead Electric During Construction Phase 1 AT&T Communication Line During Construction Phase I .... Atmos Gas Line During Construction PhM I 15 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 16 and do not bind the City. 17 18 SC-4.02A.,"Subsurface and Physical Conditions" 19 20 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 21 22 A Geotechnical Engineering Study,Litsey Road, Cleveland-Gibbs Road to Independence Parkway, Report 23 No. 117-11-144 dated September 2011,prepared by CMJ Engineering,Inc., a sub-consultant of Haff 24 Associates,Inc., a consultant of the City,providing additional information on the subsurface conditions 25 along Litsey Road. 26 �— 27 The following are drawings of physical conditions in or relating to existing surface and subsurface 28 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 29 None 30 31 SC4.06A.,"Hazardous Environmental Conditions at Site" 32 33 The following are reports and drawings of existing hazardous environmental conditions known to the City: -- 34 None 35 36 SC-5.03A.,"Certificates of Insurance" 37 38 The entities listed below are"additional insured as their interest may appear"including their respective 39 officers,directors,agents and employees. 40 -- 41 (1) City 42 (2) Consultant: Halff Associates,Inc. 43 (3) Other: None 44 45 SC-5.04A.,"Contractor's Insurance" 46 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 I The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 2 coverages for not less than the following amounts or greater where required by laws and regulations: 3 4 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 5 6 Statutory limits 7 Employer's liability 8 $100,000 each accident/occurrence 9 $100,000 Disease-each employee 10 $500,000 Disease-policy limit 11 12 SC-5.04B.,"Contractor's Insurance" 13 14 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 15 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 16 minimum limits of 17 18 $1,000,000 each occurrence 19 $2,000,000 aggregate limit 20 21 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 22 General Aggregate Limits apply separately to each job site. 23 24 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 25 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 26 27 SC 5.04C.,"Contractor's Insurance" 28 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 29 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 30 �.. 31 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 32 defined as autos owned,hired and non-owned. 33 34 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 35 least: 36 37 $250,000 Bodily Injury per person/ 38 $500,000 Bodily Injury per accident/ 39 $100,000 Property Damage 40 41 SC-5.04D.,"Contractor's Insurance" 42 43 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 44 material deliveries to cross railroad properties and tracks None. 45 46 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 47 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 48 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 49 Entry Agreement"with the particular railroad company or companies involved,and to this end the 50 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 51 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate .. 52 to the Contractor's use of private and/or construction access roads crossing said railroad company's 53 properties. 54 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide 2 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 3 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 4 occupy,or touch railroad property: 5 6 (1) General Aggregate: $Confirm Limits with Railroad 7 8 (2) Each Occurrence: $Confirm Limits with Railroad 9 10 _Required for this Contract X Not required for this Contract ,.. 11 With respect to the above outlined insurance requirements,the following shall govern: 12 13 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 14 the name of the railroad company. However, if more than one grade separation or at-grade 15 crossing is affected by the Project at entirely separate locations on the line or lines of the same 16 railroad company,separate coverage may be required,each in the amount stated above. 17 18 2. Where more than one railroad company is operating on the same right-of-way or where several 19 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 20 may be required to provide separate insurance policies in the name of each railroad company. 21 ""- 22 3. If,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 23 railroad company's right-of-way at a location entirely separate from the grade separation or at- 24 grade crossing,insurance coverage for this work must be included in the policy covering the grade 25 separation. 26 27 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 28 way,all such other work may be covered in a single policy for that railroad,even though the work 29 may be at two or more separate locations. 30 31 No work or activities on a railroad company's property to be performed by the Contractor shall be 32 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 33 for each railroad company named,as required above. All such insurance must be approved by the City and 34 each affected Railroad Company prior to the Contractor's beginning work. 35 36 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 37 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 38 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 39 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 40 railroad company operating over tracks involved in the Project. 41 42 SC-6.04.,"Project Schedule" —^ 43 44 Project schedule shall be tier 3 for the project. 45 46 SC-6.07.,"Wage Rates" 47 48 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 49 Appendixes: -- 50 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects 51 52 SC-6.09.,"Permits and Utilities" 53 54 SC-6.09A.,"Contractor obtained permits and licenses" 55 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 None 2 3 SC-6.09B."City obtained permits and licenses" 4 The following are known permits and/or licenses required by the Contract to be acquired by the City: 5 Floodplain Development Permit—Permit No.FP-12-062-FP 6 7 SC-6.09C."Outstanding permits and licenses" 8 9 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 10 October 1,2012: 11 12 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Oncor Permit 10/2012 13 14 15 SC-7.02.,"Coordination" 16 17 The individuals or entities listed below have contracts with the City for the performance of other work at 18 the Site: 19 Vendor Sco a of Work Coordination Authority None 20 21 22 SC-8.01,"Communications to Contractor" 23 24 Contractor shall coordinate construction with all franchise utilities, including,but not limited to,AT&T, 25 Oncor and Atmos. During Phase I construction Oncor must relocate existing overhead electric power to the 26 proposed north right-of-way line and AT&T must relocate an existing communication line to the location 27 shown on the plans(just inside the north right-of-way line). AT&T and Oncor cannot relocate their 28 facilities until proposed grades are established at the north right-of-way and parkway. The City's 29 Contractor must schedule activities around this construction. Remobilization charges will not be .� 30 considered. Atmos has a 6-inch gas line crossing Litsey Road. Conflicts with this gas line are not 31 anticipated. 32 33 SC-9.01.,"City's Project Representative" 34 35 The following firm is a consultant to the City responsible for construction management of this Project: 36 None ,., 37 38 SC-13.03C.,"Tests and Inspections" 39 40 None 41 42 SC-16.01C.l,"Methods and Procedures" 43 44 None 45 46 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank dm �Fr 011100-1 SUMMARY OF WORK Pagel of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK - 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.4.13.2. 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 2. Irrigation 30 a. The Contractor shall locate,verify working condition and protect all existing 31 sprinkler systems lines and heads(if any). Remove,adjust and reinstall in good 32 condition equal to or better than existing condition;replace,if in direct conflict, 33 with the same or better quality material and appurtenances,all at no extra pay. 34 b. Contractor shall coordinate all work along Seventeen Lakes Subdivision with 35 Seventeen Lakes H.O.A. including irrigation adjustments and reinstallation. 36 Contact Jeff Ledyard,Windridge Real Estate(214)550-1203. 37 C. Use of Premises 38 1. Coordinate uses of premises under direction of the City. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 T.. Revised July 1,2011 O1 1100-2 SUMMARY OF WORK Page 2 of 3 1 2. Assume full responsibility for protection and safekeeping of materials and 2 equipment stored on the Site. 3 3. Use and occupy only portions of the public streets and alleys,or other public places 4 or other rights-of-way as provided for in the ordinances of the City,as shown in the 5 Contract Documents,or as may be specifically authorized in writing by the City. 6 a. A reasonable amount of tools,materials,and equipment for construction -- 7 purposes may be stored in such space,but no more than is necessary to avoid 8 delay in the construction operations. 9 b. Excavated and waste materials shall be stored in such a way as not to interfere 10 with the use of spaces that may be designated to be left free and unobstructed 11 and so as not to inconvenience occupants of adjacent property. 12 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 13 manner as not to interfere with the operation of the railroad. 14 1) All Work shall be in accordance with railroad requirements set forth in 15 Division 0 as well as the railroad permit. 16 D. Work within Easements 17 1. Do not enter upon private property for any purpose without having previously 18 obtained permission from the owner of such property. 19 2. Do not store equipment or material on private property unless and until the 20 specified approval of the property owner has been secured in writing by the 21 Contractor and a copy furnished to the City. - 22 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 23 obstructions which must be removed to make possible proper prosecution of the 24 Work as a part of the project construction operations. .•� 25 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 26 lawns,fences,culverts,curbing,and all other types of structures or improvements, 27 to all water,sewer,and gas lines,to all conduits,overhead pole lines,or 28 appurtenances thereof, including the construction of temporary fences and to all 29 other public or private property adjacent to the Work. 30 5. Notify the proper representatives of the owners or occupants of the public or private 31 lands of interest in lands which might be affected by the Work. 32 a. Such notice shall be made at least 48 hours in advance of the beginning of the 33 Work. .. 34 b. Notices shall be applicable to both public and private utility companies and any 35 corporation,company, individual,or other,either as owners or occupants, 36 whose land or interest in land might be affected by the Work. 37 c. Be responsible for all damage or injury to property of any character resulting 38 from any act,omission,neglect,or misconduct in the manner or method or 39 execution of the Work,or at any time due to defective work,material,or 40 equipment. 41 6. Fence 42 a. Restore all fences encountered and removed during construction of the Project 43 to the original or a better than original condition. 44 b. Erect temporary fencing in place of the fencing removed whenever the Work is 45 not in progress and when the site is vacated overnight,and/or at all times to 46 provide site security. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,�, 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 c. The cost for all fence work associated with easements,including removal, 2 temporary closures and replacement,shall be subsidiary to the various items bid 3 in the project proposal,unless a bid item is specifically provided in the 4 proposal. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 09/24/2012 McGahey Added Section I.A.B.2. 17 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 r a a a a r Intentionally Left Blank a 01 2500-1 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, CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: "® 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name .. 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original , 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City - 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 l 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 f3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original -- 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 l. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] —. 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .,, Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I I Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? •- 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 ,r. 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 i 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 31 19-1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 0131 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule -� 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of .� 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel -� 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking _ 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan w 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures -- 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment .., 45 jj. Questions or Comments CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED) _ 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .� Revised August 17,2012 Intentionally Left Blank 013120-1 PROJECT MEETINGS ... Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings,and -� 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 �, Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: '~ 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting .. 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents -- 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 013I20-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City ... 6 b) Engineer 7 c) Contractor 8 7. Meeting Location -- 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] .� 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] . 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 .r. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ... Revised July 1,2011 Intentionally Left Blank 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document ,.. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. I A.E.Lb 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. CrrY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013216-2 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 l. 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 l) 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. .. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013216-4 ... CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 b. Obtain the schedule of the AT&T relocations from the City,AT&T or AT&T's 13 Contractor for the preparation and updating of Baseline schedule and make the 14 required changes in his schedule when indicated by changes in corresponding 15 schedules. VWA 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary - 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) ~" 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completer)and Final Acceptance has been issued by the 43 City,no further progress schedules are required. 01 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 14 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 01 3233-1 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 unti I the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] - 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 an H s� CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS ,., 3 PART 1 - 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 —w 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1.2011 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 %s inches x 1 I inches to 8 %s inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials .1 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions MAL 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting ^` 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard u 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 -., Revised July 1,2011 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications M 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include,but are not necessarily limited to: - 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to _. 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 l. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication,and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1.201 I 013300-5 SUBMITTALS Page 5 of 8 I a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data .,, 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN"is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; ,.. 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 calendar days of the 16 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. �.. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. - 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. ,» 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Working Days prior to release for 49 manufacture. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further -�- 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 calendar days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications I 1 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. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013300-8 SUBMITTALS Page 8 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] 1 l END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 9 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY -. 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation -- 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Public Notification of Temporary Water Service Interruption during 15 Construction 16 i. Coordination with United States Army Corps of Engineers 17 j. Coordination within Railroad permits areas 18 k. Dust Control 19 1. Employee Parking 20 in. Coordination with Franchise Utilities including,but not limited to,AT&T, 21 Oncor and Atmos 22 B. Deviations from this City of Fort Worth Standard Specification 23 1. 1.1.A.1.m. 24 2. I A.M. 25 3. Deleted 1.3.A.2. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 28 2. Division 1 —General Requirements 29 3. Section 33 12 25—Connection to Existing Water Mains 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Coordination within Railroad permit areas 33 a. Measurement 34 1) Measurement for this Item will be by lump sum. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 will be paid for at the lump sum price bid for Railroad Coordination. 38 c. The price bid shall include: _ 39 1) Mobilization 40 2) Inspection 41 3) Safety training CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date] 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 9 1 4) Additional Insurance 2 5) Insurance Certificates 3 6) Other requirements associated with general coordination with Railroad, 4 including additional employees required to protect the right-of-way and 5 property of the Railroad from damage arising out of and/or from the 6 construction of the Project. 7 2. Railroad Flagmen 8 a. Measurement 9 1) Measurement for this Item will be per working day. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 will be paid for each working day that Railroad Flagmen are present at the 13 Site . 14 c. The price bid shall include: 15 1) Coordination for scheduling flagmen 16 2) Flagmen 17 3) Other requirements associated with Railroad 18 3. All other items 19 a. Work associated with these Items is considered subsidiary to the various Items 20 bid. No separate payment will be allowed for this Item. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification,unless a date is specifically cited. 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination with the Texas Department of Transportation 28 1. When work in the right-of-way which is under the jurisdiction of the Texas 29 Department of Transportation(TxDOT): 30 a. Notify the Texas Department of Transportation prior to commencing any work 31 therein in accordance with the provisions of the permit 32 b. All work performed in the TxDOT right-of-way shall be performed in 33 compliance with and subject to approval from the Texas Department of 34 Transportation 35 B. Work near High Voltage Lines 36 1. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 2. 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 3. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date) 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 9 1 I) The power company(example:ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record .r 3 action taken in each case. 4 b. Coordination with power company 5 I) 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 f33 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. Use of Explosives,Drop Weight,Etc. 38 1. When Contract Documents permit on the project the following will apply: 39 a. Public Notification 40 1) Submit notice to City and proof of adequate insurance coverage,24 hours 41 prior to commencing. 42 2) Minimum 24 hour public notification in accordance with Section 0131 13 43 F. Water Department Coordination 44 1. During the construction of this project, it will be necessary to deactivate,for a 45 period of time,existing lines. The Contractor shall be required to coordinate with 46 the Water Department to determine the best times for deactivating and activating 47 those lines. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date] 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 9 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. ,. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required,coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 1 l Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition,the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 G. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis,prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction.The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following _w 23 information: 24 a) Name of Project 25 b) City Project No(CPN) 26 c) Scope of Project(i.e.type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 H. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction,prepare and deliver a notice or flyer of ., 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary . 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date] 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 9 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor's foreman and phone number 4 6) Name of the City's inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 I. Coordination with United States Army Corps of Engineers(USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required,meet all requirements set forth in each designated 16 permit. 17 J. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required,meet all requirements set forth in each designated 20 railroad permit. This includes,but is not limited to,provisions for: -- 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad's 31 requirements. 32 3. Railroad Flagmen 33 a. Submit receipts to City for verification of working days that railroad flagmen 34 were personnel were present on Site. 35 K. Dust Control 36 1. Use acceptable measures to control dust at the Site. 37 a. If water is used to control dust,capture and properly dispose of waste water. 38 b. If wet saw cutting is performed,capture and properly dispose of slurry. 39 L. Employee Parking 40 1. Provide parking for employees at locations approved by the City. 41 M. Coordination with Franchise Utilities including,but not limited to,AT&T,Oncor and 42 Atmos CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date] 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 9 1 1. AT&T must relocate existing underground facilities that are in conflict with the 2 Litsey Road paving,drainage and water improvements between Stations 83+40 and 3 111+00. AT&T's Contractor will relocate these facilities to the north side of Litsey 4 Road approximately four(4)feet inside the City's right-of-way. The City's Litsey 5 Road Contractor must coordinate earthwork operations with AT&T. Due to the 6 vertical alignment of Litsey Road AT&T will be unable to relocate their facilities 7 until grades are established. Contractor shall coordinate with AT&T and allow 8 their Contractor to relocate these facilities. The estimated duration for the AT&T 9 relocations is approximately 10 weeks. The Contractor must allow for this time 10 when developing the project schedule in accordance with Section 0132 16. 11 2. Oncor must relocate existing overhead electric lines and poles that are in conflict 12 with Litsey Road paving,drainage and water improvements. Oncor's Contractor 13 will relocated these facilities to the Litsey Road north right-of-way line. The 14 City's Litsey Road Contractor must coordinate earthwork operations with Oncor. 15 Due to the vertical alignment of Litsey Road Oncor will be unable to relocate their 16 facilities until grades are established at the right-of-way line. Contractor shall 17 coordinate with Oncor and allow their Contractor to relocate these facilities. The 18 estimated duration for the Oncor(and AT&T)relocations is approximately 10 19 weeks. The Contractor must allow for this time when developing the project 20 schedule in accordance with Section 0132 16. 21 3. Atmos has a 6-inch gas line crossing Litsey Road near Station 66+30. No conflicts 22 are anticipated,but the Contractor must coordinate work in the area if utility 23 relocations are deemed necessary. 24 4. Although other franchise utility conflicts are not anticipated,the Contractor must 25 coordinate work with all necessary franchise utility relocations. 26 5. Additional mobilization/remobilization charges will not be considered as a result 27 of any franchise utility relocation activities. 28 1.5 SUBMITTALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 PART 3- EXECUTION [NOT USED] 38 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[insert Revision Date] 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 9 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 9/18/2012 McGahey Removed Coordination with NCTCOG Clean Construction Specification 9/18/2012 McGahey Added Coordination with Franchise Utilities including,but not limited to,AT&T, Oncor and Atmos 3 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[Insert Revision Date] 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 9 l 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: I l Limits of Construction: 12 13 Off IL W 44 14 y 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised[insert Revision Date] w. 013513-9 SPECIAL PROJECT PROCEDURES Page 9 of 9 1 EXHIBIT B FORT WORTH Data: DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 4 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00%9 ,. Revised[Insert Revision Date] 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 - 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY ... 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1—General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzz saw site,or another external FTP site approved by M 38 the City. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1.201 I 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute I hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 5000-1 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 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 1 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. , 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. m 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. - 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] - 10 1.7 CLOSEOUT SUBMITTALS[NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] -. 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CrrY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 .� 015526-1 -- STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 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 I —General Requirements 15 3. Section 3471 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 7113. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 O1 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. w.. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to ... 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department,Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] _. 36 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 so r■ .r a• Intentionally Left Blank Oft F. on 01 5713-1 STORM WATER POLLUTION PREVENTION Page I of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality:TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference — 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction — 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS — 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,, Revised July 1,2011 0157 13-2 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 TXR 150000 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,(8 17)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 SUBNUTTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of ^ 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 S713-3 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 l SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE -. 3 PART 1 - 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. 2.2.A.1 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements -- 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS .. 29 A. Design Criteria 30 1. Provide two 2 free standing Project Designation Signs in accordance with City's 31 Standard Details for project signs. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of%-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 signs 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 9/18/2012 McGahey Included the number of project signs required for the project(two). 2 ..s M" CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 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 attached to this Section. 16 B. Only products specifically included on City's Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. ... 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City's Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even -., 23 though the product is listed on the City's Standard Product List. 24 D. Although a specific product is included on City's Standard Product List,not all 25 products from that manufacturer are approved for use, including but not limited to,that ^' 26 manufacturer's standard product. 27 E. See Section 0133 00 for submittal requirements of Product Data included on City's 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] .. 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 00 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 er 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] an 3 PART 2- PRODUCTS [NOT USED] am 4 PART 3- EXECUTION [NOT USED] w.. 5 END OF SECTION _ 6 Revision Log DATE NAME SUMMARY OF CHANGE w� 7 a~ raA CTfY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 016600-1 - PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery - 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I l 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: t4 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 SUBMITTALSA FORMATIONAL 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. a CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and °~ 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. - 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public . 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 "" 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED) 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED) 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] .,. 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED) 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in �. 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION - 30 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017123-1 � CONSTRUCTION STAKING Page l of 3 - I SECTION 017123 2 CONSTRUCTION STAKING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Requirements for construction staking. 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 13 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City,a sufficient number of stakes or markings have 29 been lost,destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place,then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals,if required,shall be in accordance with Section 0133 00, 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUIuI1rT TS 00909 Revised July 1,2011 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1, Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the Work. ,.. 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED) 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3- EXECUTION 20 3.1 INSTALLERS[NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION[NOT USED] 28 3.7 FIELD lox] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017123-3 - CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] -,. 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 Now „ CffY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 017000-1 MOBILIZATION AND REMOBILIZATION Page] of 3 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION _. 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization: 8 1) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from one location to another location on the Site. 17 b. Demobilization: w. 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised June 7,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 3 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 City of Fort Worth Standards 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 23 Contract. 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measurement and Payment 28 1) Work associated with this Item is considered subsidiary to the various items 29 bid. No separate payment will be allowed for this item. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement ^^ 33 1) Measurement for this Item shall be per each remobilization preformed. 34 b. Payment 35 1) The work performed in accordance with this Item will be paid for at the 36 unit price per each"Specified Remobilization" in accordance with Contract 37 Documents. 38 c. The price shall include: 39 1) Demobilization as described in Section 1.1.A.2.a.1) 40 2) Remobilization as described in Section 1.1.A.2.a.2) 41 d. No payments will be made for standby, idle time, or lost profits associated this �. 42 Item. 43 3. Remobilization for suspension of Work as required by City 44 a. Measurement and Payment 45 1) This shall be submitted as a Contract Claim in accordance with Article 10 46 of 00 72 00 General Conditions. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised June 7,2012 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 1 2) No payments will be made for standby, idle time,or lost profits associated 2 with this Item. 3 4. Mobilizations and Demobilizations for Miscellaneous Projects 4 a. Measurement 5 1) Measurement for this Item shall be for each Mobilization and —• 6 Demobilization required by the Contract Documents 7 b. Payment 8 1) The Work performed in accordance with this Item will be paid for at the 9 unit price per each"Work Order Mobilization' in accordance with 10 Contract Documents. Demobilization shall be considered subsidiary to 11 mobilization and shall not be paid for separately. �. 12 c. The price shall include 13 1) Mobilization as described in Section 1.1.A.3.a.1) 14 2) Demobilization as described in Section 1.1.A.3.a.2) 15 3) No payments will be made for standby, idle time,or lost profits associated 16 this Item. 17 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 18 a. Measurement 19 1) Measurement for this Item shall be for each Mobilization and 20 Demobilization required by the Contract Documents 21 b. Payment 22 1) The Work performed in accordance with this Item will be paid for at the 23 unit price per each"Work Order Emergency Mobilization'in accordance 24 with Contract Documents. Demobilization shall be considered subsidiary 25 to mobilization and shall not be paid for separately. 26 c. The price shall include 27 1) Mobilization as described in Section I.1.A.4.a) ... 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29 3) No payments will be made for standby, idle time,or lost profits associated 30 this Item. ~~ 31 1.3 TO 1.12 [NOT USED] 32 PART 2- PRODUCTS [NOT USED] 33 PART 3- EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 061 36 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,,, Revised June 7,2012 Intentionally Left Blank 01 7423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 l 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS .- 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] . 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 0)7423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. '- 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning .. 22 1. Remove grease,mastic,adhesives,dust,dirt, stains,fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 7719-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of ,.. 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .. Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1, After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. ^• 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days,of any particulars in which this inspection -- 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the - 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment -. 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 7719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: .. 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 01 7823-1 OPERATION AND MAINTENANCE DATA zm� Page]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) 1 1 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 0133 00 Submittal Procedures. All 28 submittals shall be 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 '/s 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017823-2 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) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure -- 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: -- 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: .. 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products,applied materials and finishes: .r 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 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 l) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 l) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly ... 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] �. 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 7839-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I —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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,,, Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and -- 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING .� 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] -- 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. .� 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud"drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts,and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 •— 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. .� 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents •• 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 I c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of -- 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that I l Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] _. 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Removing sidewalks and steps. 7 2. Removing ADA ramps and landings. 8 3. Removing driveways. 9 4. Removing fences. 10 5. Removing guardrail. 11 6. Removing retaining walls(less than 4 feet tall). 12 7. Removing and relocating mailboxes. 13 8. Removing rip rap. 14 9. Removing miscellaneous concrete or stone structures including special headwalls, 15 porches and foundations. 16 10. Disposal of removed materials. 17 B. Standard Details 18 1. Paving Removal and Selective Site Demolition—Removal Pay Limits 19 C. Deviations from City of Fort Worth Standards 20 1. 1.1.A.7 -- 21 2. 1.1.A.9 22 3. 1.2.A.l.h 23 4. 1.2.A.1 j 24 5. 1.2.A.2.h 25 6. 1.2.A.2 j �. 26 7. 3.4.1-1 27 8. 3.4.J 28 D. Related Specification Sections include but are not necessarily limited to 29 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the 30 Contract. 31 2. Division 1 -General Requirements. 32 3. Section 3123 23 -Fill. 33 1.2 PRICE AND PAYMENT PROCEDURES 34 A. Measurement and Payment 35 1. Measurement: 36 a. Remove Sidewalk: measure by square foot. 37 b. Remove Steps: measure by the square foot as seen in the plan view only. 38 c. Remove ADA Ramp: measure by each. 39 d. Remove Driveway: measure by the square foot by type. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,.., Revised July 1,2011 024113-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 e. Remove Fence:measure by the linear foot. 2 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 3 including metal beam guard fence transitions and single guard rail terminal -- 4 sections from the center of end posts. 5 g. Remove Retaining Wall(less than 4 feet tall): measure by the linear foot 6 h. Remove and Relocate Mailbox: measure by each. 7 i. Remove Rip Rap: measure by the square foot. 8 j. Remove Miscellaneous Concrete or Stone Structure:measure by the lump sum. 9 2. Payment: 10 a. Remove Sidewalk: full compensation for saw cutting,removal,hauling, 11 disposal,tools,equipment,labor and incidentals needed to execute work. 12 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 13 as a wall footing)shall be paid as sidewalk removal. 14 b. Remove Steps: full compensation for saw cutting,removal,hauling,disposal, 15 tools,equipment,labor and incidentals needed to execute work. 16 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 17 hauling,disposal,tools,equipment,labor and incidentals needed to execute 18 work. Work includes ramp landing removal. 19 d. Remove Driveway: full compensation for saw cutting,removal,hauling, —' 20 disposal,tools,equipment,labor and incidentals needed to remove improved 21 driveway by type. 22 e. Remove Fence: full compensation for removal,hauling,disposal,tools, 23 equipment,labor and incidentals needed to remove fence. 24 f. Remove Guardrail: full compensation for removing materials, loading,hauling, 25 unloading,and storing or disposal; furnishing backfill material;backfilling the 26 postholes;and equipment, labor,tools,and incidentals. 27 g. Remove Retaining Wall(less than 4 feet tall): full compensation for saw 28 cutting,removal,hauling,disposal,tools,equipment, labor and incidentals 29 needed to execute work. Sidewalk adjacent to or attached to retaining wall 30 (including sidewalk that acts as a wall footing)shall be paid as sidewalk 31 removal. 32 h. Remove and Relocate Mailbox: full compensation for removal, relocating, 33 hauling,disposal,tools,equipment, labor and incidentals needed to execute 34 work. 35 i. Remove Rip Rap: full compensation for saw cutting, removal,hauling, 36 disposal,tools,equipment, labor and incidentals needed to execute work. 37 j. Remove Miscellaneous Concrete or Stone Structure: full compensation for saw 38 cutting,removal,hauling,disposal,tools,equipment, labor and incidentals 39 needed to execute work. 40 1.3 REFERENCES 41 A. Definitions . 42 1. Improved Driveway:Driveway constructed of concrete,asphalt paving or brick unit 43 pavers. .. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 0241 13-3 SELECTIVE SITE DEMOLITION .- Page 3 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 3123 23. 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 [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy,expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy,expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway -- 33 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 34 3 A.K. 35 2. Remove drive to nearest existing dummy,expansion or construction joint. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .�. Revised July 1,2011 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 2 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable , 6 fill material. 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plans. 10 4. CONTRACTOR responsible for keeping animals(livestock,pets,etc.)within the 1 I fenced areas during construction operation and while removing fences. 12 F. Remove Guardrail 13 1. Remove rail elements in original lengths. 14 2. Remove fittings from the posts and the metal rail and then pull the posts. 15 3. Do not mar or damage salvageable materials during removal. 16 4. Completely remove posts and any concrete surrounding the posts. �. 17 5. Furnish backfill material and backfill the hole with material equal in composition 18 and density to the surrounding soil unless otherwise directed. 19 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 20 foot below the new subgrade elevation and leave in place along with the dead man. 21 G. Remove Retaining Wall(less than 4 feet tall) 22 1. Remove wall to nearest existing joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 3. Removal includes all components of the retaining wall including footings. - 25 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Remove and Relocate Mailbox - 27 1. Salvage existing materials for relocation. Mailbox materials may need to be used 28 for reconstruction. 29 2. Coordinate relocation of mailbox with U.S.Postal Service and City. 30 I. Remove Rip Rap 31 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 32 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 33 J. Remove Miscellaneous Concrete or Stone Structure 34 1. Remove portions of miscellaneous concrete or stone structures including headwalls, 35 foundations and slabs that do not interfere with proposed construction to 2 feet 36 below the finished ground line. 37 2. Cut reinforcement close to the portion of the concrete to remain in place. 38 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 39 water. 40 K. Sawcut 41 1. Sawing Equipment CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 a. Power-driven 2 b. Manufactured for the purpose of sawing pavement 3 c. In good operating condition 4 d. Shall not spall or fracture the pavement to the removal area 5 2. Sawcut perpendicular to the surface completely through existing pavement. 6 3.5 REPAIR[NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] -- 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] -- 16 END OF SECTION 17 - Revision Log DATE NAME SUMMARY OF CHANGE The specification was revised to allow for relocation of mailboxes in lieu of removal 9/18/2012 McGahey and disposal. Additionally,miscellaneous stone structures,such as headwalls,were including in the removal of miscellaneous concrete structures. 18 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 31 23 16-1 UNCLASSIFIED EXCAVATION Page] of 5 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 evolving the excavation of on-site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. 3.4.G.2 16 2. 3.4.G.3 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 3. Section 3124 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be by the cubic yard in its final position using 25 the average end area method.Limits of measurement is shown on the Drawings 26 b. When measured by the cubic yard in its final position,this is a plans quantity 27 measurement Item.The quantity to be paid is the quantity shown in the 28 proposal, unless modified by Article 11.04 of the General Conditions. 29 Additional measurements or calculations will be made if adjustments of 30 quantities are required. 31 2. Payment 32 a. The work performed and materials furnished in accordance with this Item and 33 measured as provided under"Measurement"will be paid for at the unit price 34 bid per cubic yard of"Unclassified Excavation". No additional compensation 35 will be allowed for rock or shrinkage or swell factors as these are the -- 36 Contractor's responsibility. 37 3. The price bid shall include: 38 a. Excavation 39 b. Excavation Safety 40 c. Drying 41 d. Dust Control CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 - Revised July 1,2011 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 e. Reworking or replacing the over excavated material in rock cuts 2 f. Hauling 3 g. Disposal of excess material not used elsewhere onsite -- 4 h. Scarification 5 i. 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 SUBMITTALS/INFORMATIONAL 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,,, 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 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] T— 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 LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In areas where lime stabilization is to occur and rock is present,the rock subgrade 4 shall be over excavated to minimum depth of 10 inches and approved embankment 5 material compacted in accordance with Section 3124 00 to replace the over 6 excavated at no additional cost to City. 7 3. In areas where the subgrade transitions from soil to rock,the rock subgrade shall be 8 over excavated to a depth of 3 feet for a longitudinal distance of 50 feet.The over 9 excavation should then transition from 3 feet to 10 inches in the next longitudinal 10 50 feet. 11 H. Earth Cuts 12 1. Excavate to finish subgrade 13 2. In the event of over excavation due to contractor error below the lines and grades 14 established in the Drawings,use approved embankment material compacted in �. 15 accordance with Section 3124 00 to replace the over excavated at no additional 16 cost to City. 17 3. Manipulate and compact subgrade in accordance with Section 3124 00. ... 18 3.5 REPAIR[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] �» 20 3.7 FIELD QUALITY CONTROL 21 A. Subgrade Tolerances " 22 1. Excavate to within 0.1 foot in all directions. 23 2. In areas of over excavation,Contractor provides fill material approved by the City 24 at no expense to the City. .r 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF SECTION 34 35 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,®. 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 9/24/2012 McGahey Added Sections 3.4.G.2&3.4.G.3 1 .w w CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 312323-1 BORROW _ Page I of 5 1 SECTION 3123 23 2 BORROW 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish,place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Section 1.2—Chosen Borrow by Plan Quantity 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 3. Section 3123 16—Unclassified Excavation 13 4. Section 3124 00—Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 using the average end area method.Limits of measurement are shown on 20 the Drawings. 21 2) When measured by the cubic yard in its final position,this is a plans 22 quantity measurement Item.The quantity to be paid is the quantity shown 23 in the proposal, unless modified by Article 11.04 of the General +` 24 Conditions.Additional measurements or calculations will be made if 25 adjustments of quantities are required. 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 cubic yard of"Borrow"for the various borrow materials. No •— 30 additional compensation will be allowed for shrinkage or swell factors as 31 these are the Contractor's responsibility. 32 c. The price bid shall include: _. 33 1) Transporting or hauling material 34 2) Furnishing,placing, compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ... Revised October 11,2012 312323-2 BORROW Page 2 of 5 l 1.3 REFERENCES 2 A. Reference Standards , 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes(Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit,Plastic Limit,and 10 Plasticity Index of Soils 1 l c. ASTM D6913, Standard Test Methods for Particle-Size Distribution _6 12 (Gradation)of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS ^— 22 A. Shop Drawings 23 1. Stockpiled Borrow material , 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results,Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698,ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul-off. 38 B. Storage 39 1. Within Existing Rights-of-Way(ROW) CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised October 11,2012 312323-3 BORROW Page 3 of 5 1 a. Borrow materials may be stored within existing ROW,easements or temporary 2 construction easements,unless specifically disallowed in the Contract -- 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non-paved areas,do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW,easement or temporary construction easement,then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements,roadways, foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials,boulders over 6 inches in size and organics 31 c. Can be placed free from voids ,.» 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 �. 35 b. Blended with in-situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials, boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 .. 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand(CSS) CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised October 11,2012 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type I/II portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633,Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D 1633,Method A 8 f. Mix in a stationary pug mill,weigh-batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION .,. 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 3124 00. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 CRY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised October 11,2012 312323-5 BORROW Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/11/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 2 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ,, Revised October 11,2012 Intentionally Left Blank 313600-1 GABIONS Page 1 of 7 1 SECTION 3136 00 2 GABIONS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing gabions and gabion mattresses. 7 2. Removing and reinstalling gabions and gabion mattresses. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.2. ® 10 2. 1.2.A.La.1) 11 3. 1.2.A.Lb.1) 12 4. 1.2.A.1.c.1) 13 5. 1.2.A.2.b.1) 14 6. 1.2.A.2.c.1) -- 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 3. Section 3123 23—Fill 19 4. Section 3124 00—Embankments 20 5. Section 3125 00—Erosion and Sediment Control 21 1.2 PRICE AND PAYMENT PROCEDURES ., 22 A. Measurement and Payment 23 1. Gabions 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard of stone-filled gabions 26 and/or by the cubic yard of reinstalled stone-filled gabions. 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 cubic yard for"Gabions"installed and/or reinstalled for: 31 a) Various types 32 c. The price bid shall include: 33 1) Removing existing gabions(if required) 34 2) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 35 3) Excavation 36 4) Grading and backfill 37 5) Clean-up 38 2. Gabion Mattresses 39 a. Measurement 40 1) Measurement for this Item shall be by the cubic yard. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 �.. Revised July 1,2011 313600-2 GABIONS Page 2 of 7 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement'will be paid for at the unit ... 4 price bid per cubic yard for"Gabion Mattresses"installed and/or reinstalled 5 for: 6 a) Various types 7 c. The price bid shall include: 8 1) Removing existing mattresses(if required) 9 2) Furnishing wire baskets, lacing,fasteners filter fabric and filter material 10 3) Excavation 11 4) Grading and backfill 12 5) Clean-up 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. ASTM Standards 19 a. ASTM A974, Standard Specification for Welded Wire Fabric Gabions and 20 Gabion Mattresses(Metallic Coated or Polyvinyl Chloride(PVC)Coated) 21 b. ASTM A975, Standard Specification for Double-Twisted Hexagonal Mesh 22 Gabions and Revet Mattresses(Metallic-Coated Steel Wire or Metallic-Coated 23 Steel Wire With Poly(Vinyl Chloride)(PVC)Coating) 24 3. TxDOT Test Procedures 25 a. Tex41 I-A,Test Procedure for Soundness of Aggregate Using Sodium Sulfate 26 or Magnesium Sulfate 27 4. TxDOT Departmental Materials Specifications 28 a. DMS-6200,Filter Fabric 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire,and -- 32 spiral connectors conform to the applicable ASTM specification. 33 B. If alternative wire fasteners are proposed,furnish producer or supplier certification that 34 the fasteners conform to the strength requirements in Table 1 when tested in accordance 35 with the applicable ASTM specification. 36 1.6 SUBMITTALS [NOT USED] 37 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.8 CLOSEOUT SUBMITTALS [NOT USED] _. 39 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.10 QUALITY ASSURANCE [NOT USED] -� 41 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 313600-3 GABIONS Page 3 of 7 1 1.12 FIELD CONDITIONS [NOT USED] 2 1.13 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [NOT USED] -- 5 2.2 PRODUCT TYPES AND MATERIALS 6 A. Gabion.A wire fabric or mesh container,filled with stone,with a height of 1 foot or 7 greater. 8 B. Gabion Mattress.A wire fabric or mesh container filled with stone and with a height of 9 6,9,or 12 inches,referred to as"revet mattress"in ASTM A 975. 10 C. Welded wire gabions and gabion mattresses.Furnish welded wire gabions and gabion I 1 mattresses with Style 5 PVC wire coating in accordance with ASTM A 974. 12 D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion �. 13 mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. 14 Table 1.Minimum Panel-to-Panel Connection Strength Application Strength lb/ft Gabions 1,200 -- Gabion mattresses 700 15 E. Filler stone. Provide stone consisting of clean,hard, durable stone that does not contain 16 shale,caliche,or other soft particles. Stone appearing to contain such particles will be 17 tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 18 percent when tested in accordance with Tex-411-A will be rejected.Use stones that are 19 between 3 and 8 inches in their least dimension for gabions and between 3 and 6 inches 20 for gabion mattresses. Prevent contamination when storing and handling stone. 21 F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 22 6200. 23 G. Filter Material. Provide filter material when required consisting of hard,durable,clean 24 sand or gravel with a maximum particle size of 318 inch. 25 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 26 2.4 ACCESSORIES [NOT USED] 27 2.5 SOURCE QUALITY CONTROL 28 A. At the start of construction,the gabion and gabion mattress manufacturer must have a ..� 29 qualified representative available for consultation as needed throughout the gabion and 30 gabion mattress construction. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 313600-4 GABIONS Page 4 of 7 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Foundation Preparation 6 1. Excavate the foundation to the extent shown on the Drawings or as directed. .... 7 Remove all loose or otherwise unsuitable materials. 8 2. Carefully backfill all depressions to grade with suitable materials from adjacent 9 required excavation or another approved source, and compact the backfill to a 10 density at least equal to that of the adjacent foundation. 11 3. Remove any buried debris protruding from the foundation that will impede the 12 proper installation and final appearance of the gabion or gabion mattress, and -� 13 carefully backfill and compact voids as specified above. 14 4. Have the City inspect the prepared foundation surface immediately before gabion 15 placement. 16 3.4 INSTALLATION 17 A. Filter Placement 18 1. When filter material is required,spread it uniformly on the prepared foundation 19 surface to the slopes, lines,and grades indicated on the Drawings.Do not place 20 filter material by methods that tend to segregate particle sizes.Repair all damage to •~ 21 the foundation surface that occurs during filter placement before proceeding with 22 the work. 23 2. Compaction of the filter material is not required.Finish the material to present a 24 reasonably even surface without mounds or windrows. 25 B. Filter Fabric Placement 26 l. When filter fabric is required,place it as shown on the Drawings.Any defects,rips, 27 holes, flaws,or damage to the material may be cause for rejection. 28 2. Place the material with the long axis parallel to the centerline of the structure, 29 highway,or dam.Place securing pins in the lapped longitudinal joints,spaced on 30 approximately 10-foot centers.Keep the fabric material free of tension,stress, 31 folds,wrinkles,or creases. 32 3. Lap the material at least 3 feet along the longitudinal joint of material,or lap the 33 joints l foot and sew them.Lap the ends of rolls at joints by at least 3 feet 34 4. Place securing pins through both strips of material at lapped joints at approximately .. 35 the midpoint of the overlap.Place additional securing pins as necessary to hold 36 filter fabric in position. Store filter fabric out of direct sunlight. 37 5. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, 38 overlapping at least 3 feet beyond the damaged area in all directions. 39 6. After placing filter fabric,cover as soon as possible but within 3 days. 40 C. Unit Placement CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,_ 313600-5 GABIONS Page 5 of 7 1 1. Do not place PVC-coated materials unless the ambient temperature and the 2 temperature of the coated wire are at least 15 degrees Fahrenheit above the 3 brittleness temperature of the PVC. 4 D. Assembly 5 1. Empty gabion or gabion mattress units individually,and place them on the 6 approved surface to the lines and grades shown on the Drawings with the sides, 7 ends, and diaphragms erected to ensure that all creases are in the correct position, 8 the tops of all sides are level,and all sides that are to remain exposed are straight 9 and plumb. 10 2. Fill the basket units after transporting them to their final position in the work. 11 E. Installation 12 1. Place the front row of gabion or gabion mattress units first and successively 13 construct units toward the top of the slope or the back of the structure.Place the 14 initial line of basket units on the prepared surface,and partially fill them to provide 15 anchorage against deformation and displacement during subsequent filling 16 operations. "~ 17 2. Stretch and hold empty basket units as necessary to remove kinks and provide a 18 uniform alignment.Before filling, connect all adjoining empty gabion or gabion 19 mattress units with lacing,wire spiral binders, or approved fasteners along the 20 perimeter of their contact surface to obtain a monolithic structure. 21 3. If lacing wire is used,provide continuous stitching with alternating single and 22 double loops at intervals of no more than 5 inches. Fasten all lacing wire terminals �» 23 securely. 24 4. Provide connections meeting the required joint strength requirements. These 25 requirements apply to all connections including attachment of end panels, 26 diaphragms,and lids. 27 5. Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire 28 connection; do not use mesh-to-mesh or selvage-to-mesh wire connection except 29 where baskets are offset or stacked;in which case join each mesh opening where 30 mesh wire meets selvage or edge wire. 31 6. Carefully fill the basket units with stone. Use hand placement to avoid damaging 32 wire coating,to ensure as few voids as possible between the stones, and to maintain 33 alignment.Machine placement of stone will be allowed if approved by the 34 Engineer.Correct excessive deformation and bulging of the mesh before further 35 filling.To avoid localized deformation, fill the basket units in a row in stages 36 consisting of maximum 12-inch courses; do not at any time fill a cell to a depth 37 exceeding 1 foot more than its adjoining cell. —. 38 7. Do not drop stones into the basket units from a height greater than 36 inches 39 8. For gabion units more than 2 foot high,place 2 uniformly spaced internal 40 connecting wires between each stone layer in all front and side gabion units, 41 connecting the back and the front faces of the compartments. Loop connecting 42 wires or preformed stiffeners around 2 twisted wire-mesh openings or a welded 43 wire joint at each basket face,and securely twist the wire terminals to prevent .., 44 loosening. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ^^^ Revised July 1,2011 313600-6 GABIONS Page 6 of 7 1 9. Carefully place the outer layer of stone and arrange it by hand to ensure a neat and 2 compact appearance along all exposed faces. Overfill the last layer of stone 3 uniformly by 1 to 2 inches for gabions and 1 inch for gabion mattresses to 4 compensate for future settlement in rock while still allowing for the proper closing 5 of the lid and providing an even surface with a uniform appearance. 6 10. Make final adjustments for compaction and surface tolerance by hand. Stretch lids -- 7 tight over the stone fill,using an approved lid-closing tool,until the lid meets the 8 perimeter edges of the front and end panels. Do not use crowbars or other single- 9 point leverage bars for lid closing. _. 10 11. Close the lid tightly along all edges,ends,and internal-cell diaphragms with spiral 11 binders or lacing wire or with other wire fasteners if approved. Ensure that all 12 projections or wire ends are turned into the baskets.Cut the basket unit and fold and - 13 wire it together to suit site conditions as shown on the Drawings,when directed,or 14 where a complete gabion or gabion mattress unit cannot be installed because of 15 space limitations. 16 12. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the 17 assembling, installation,filling, lid closing, and lacing of the reshaped gabion or 18 gabion mattress units in accordance with this Section. _ 19 3.5 REPAIR [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] _. 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE DED OR REVISED SECTIONS: • 1.1.A.2. • 1.2.A.1.a.1) 9/25/2012 McGahey . 12.A.1.b.1) s , • 1.2.A.1.c.1) • 1.2.A.2.15.1) CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 313600-7 GABIONS Page 7 of 7 • 1.2.A.2.e.1) 1 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page I 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 3. Ribbon Curb 10 B. Standard Detail 11 1. Typical Street Construction Details 12 C. Deviations from City of Fort Worth Standards 13 1. 1.1.A.3 14 2. 1.2.A.Lc 15 3. 3.4.C.6 16 D. 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 02 41 13 -Selective Site Demolition 20 4. Section 32 13 13 -Concrete Paving 21 5. Section 32 13 73 -Concrete Paving Joint Sealants ,. 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Concrete Curb and Gutter: measure by the linear foot of the height specified 26 complete and in place. 27 b. Concrete Valley Gutter: measure by the square yard per thickness complete and 28 in place. 29 c. Ribbon Curb: measured by the linear foot complete and in place. 30 2. Payment: contract unit price bid for the work performed and all materials furnished. 31 a. Subsidiary work and materials include: 32 1) preparing the subgrade 33 2) furnishing and placing all materials, including foundation course, 34 reinforcing steel, and expansion material 35 3) all manipulation, labor,tools, equipment, and incidentals necessary to 36 complete the work. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 „, Revised July 1,2011 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Forms: see Section 32 13 13. 16 B. Concrete: see Section 32 13 13. 17 C. Reinforcement: see Section 32 13 13. 18 D. Joint Filler. 19 1. Wood Filler: see Section 32 13 13. 20 2. Pre-Molded Asphalt Board Filler: 21 a. Use only in areas where not practical for wood boards. 22 b. Pre-molded asphalt board filler: ASTM D545. 23 c. Install the required size and uniform thickness and as specified in plans. 24 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler. „ 26 E. Expansion Joint Sealant: see Section 32 13 73. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 l 2.3 ACCESSORIES [NOT USED] - 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness. 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength. 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel. 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale,rust,dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter. 30 a. Shape and compact subgrade to the lines,grades and cross section shown on the 31 plans. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb unless otherwise approved. 36 5. Machine-Laid Concrete—Curb and Gutter. 37 a. Hand-tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter and Ribbon Curb: see Section 32 13 9 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 joints to a depth of 1 'h 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. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 9/24/2012 McGahey Added Sections 1.1.A.3.and 1.2.A.I.c.and 3.4.C.6. �. 13 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 3231 13-1 CHAIN LINK FENCES AND GATES Page I of 6 1 SECTION 32 3113 2 CHAIN LINK FENCES AND GATES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Galvanized coated chain link(non-security)fencing and accessories in accordance 7 with the City's Zoning Ordinance. W 8 B. Deviations from City of Fort Worth Standards 9 1. 2.2.B.3 10 C. Related Specification Sections include but are not necessarily limited to 11 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Chain Link Fence: measure by the linear foot by height and specified fabric 18 material. 19 b. Wrought Iron Fence: measure by linear foot by height of wrought iron fence 20 specified in plans. 21 c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified 22 in plans. 23 2. Payment:made at the contract unit price including full compensation for: 24 a. furnishing all materials for fences and gates; 25 b. all preparation,erection and installation of materials; 26 c. all labor,equipment,tools,and incidentals necessary to complete the work. 27 B. Reference Standards 28 1. Reference standards cited in this specification refer to the current reference standard 29 published at the time of the latest revision date logged at the end of this 30 specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM): 32 a. A 36, Standard Specification for Carbon Structural Steel 33 b. A 121, Standard Specification for Metallic-Coated Carbon Steel Barbed Wire 34 c. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron 35 and Steel Products 36 d. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 37 e. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 f. F 626, Standard Specification for Fence Fittings ^ 40 g. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .. Revised July 1,2011 3231 13-2 CHAIN LINK FENCES AND GATES Page 2 of 6 , 1 h. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated 2 (Galvanized) Welded,for Fence Structures 3 i. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric — 4 1.3 REFERENCES [NOT USED] 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 ACTION SUBMITTALS 7 A. Shop drawings: Layout of fences and gates with dimensions,details,and finishes of 8 components,accessories and post foundations if requested by the City. 9 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 10 options. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS _.. 19 2.1 OWNER-FURNISHED [NOT USED] 20 2.2 MANUFACTURED UNITS/MATERIALS - 21 A. Manufacturer 22 1. Minimum of five years experience manufacturing galvanized coated chain link 23 fencing. 24 2. Approved Manufacturer or equal: 25 a. Allied Fence,Inc. 26 b. American Fence Corp. 27 c. Anchor Fence,Inc. 28 d. Master Halco,Inc. 29 B. Materials 30 1. Chain Link Fence 31 a. General 32 1) Posts,gate frames,braces,rails, stretcher bars,truss rods and tension wire 33 shall be of steel. 34 2) Gate hinges,post caps,barbed wire supporting arms, stretcher bar bands 35 and other parts shall be of steel,malleable iron,ductile iron or equal 36 3) Post tops,rail end,ties and clips may be of aluminum. 37 4) Use only new material, or salvaged/existing material if approved by City or 38 noted on plans. -^ 39 b. Steel Fabric 40 1) Fabric CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 323113-3 CHAIN LINK FENCES AND GATES Page 3 of 6 1 a) No. 9 gauge 2 b) 2-inch mesh 3 (1) Commercial: both top and bottom selvages twisted and barged 4 Residential: match existing or both top and bottom selvages knuckled 5 (2) Furnish one-piece fabric widths. -M 6 2) Fabric Finish: Galvanized,ASTM A 392,Class I,with not less than 1.2 oz. 7 zinc per square foot of surface. 8 c. Aluminum Fabric 9 1) Fabric 10 a) ASTM F 1183 11 b) No. 9 gauge 12 c) 2-inch mesh,with both top and bottom selvages twisted and barged. 13 d) Furnish one-piece fabric widths. 14 d. Steel Framing 15 1) Steel pipe-Type I: 16 a) ASTM F 1083 17 b) standard weight schedule 40 18 c) minimum yield strength: 30,000 psi 19 d) sizes as indicated 20 e) hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated 21 surface area. 22 2) Steel pipe-Type II: 23 a) ASTM F 1043,Group IC 24 b) Minimum yield strength: 50,000 psi 25 c) Sizes as indicated on plans 26 d) Protective coating per ASTM F 1043 27 (1) External coating Type B 28 (a) zinc with organic overcoat 29 (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion 30 coating and verifiable polymer film. 31 (2) Internal coating Type B 32 (a) minimum 0.9 oz/ft2 zinc or Type D,zinc pigmented, 81% 33 nominal coating,minimum 3 mils 34 3) Formed steel("C")sections: 35 a) Roll formed steel shapes complying with ASTM F 1043,Group II 36 b) Minimum yield strength: 45,000 psi(310 MPa) 37 c) Sizes as indicated on plans - 38 d) External coating per ASTM F 1043,Type A 39 (1) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 = 40 4) Steel square sections 41 a) ASTM A 500,Grade B 42 b) Minimum yield strength: 40,000 psi 43 c) Sizes as indicated on plans 44 d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. 45 e. Accessories 46 1) Chain link fence accessories 47 a) ASTM F 626 48 b) Provide items required to complete fence system. 49 c) Galvanize each ferrous metal item and finish to match framing. 50 2) Post caps CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ii Revised July 1,2011 323113-4 CHAIN LINK FENCES AND GATES Page 4 of 6 1 a) Formed steel or cast malleable iron weather tight closure cap for 2 tubular posts. 3 b) Provide one cap for each post. 4 c) Cap to have provision for barbed wire when necessary. 5 d) "C"shaped line post without top rail or barbed wire supporting arms do 6 not require post caps. 7 e) Where top rail is used,provide tops to permit passage of top rail. 8 3) Top rail and rail ends 9 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing. 10 b) Pressed steel per ASTM F626 11 c) for connection of rail and brace to terminal posts. 12 4) Top rail sleeves 13 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 14 1.80 inch length spring, allowing for expansion and contraction of top 15 rail. 16 5) Wire ties "- 17 a) 9 gauge galvanized steel wire for attachment of fabric to line posts. 18 b) Double wrap 13 gauge for rails and braces. 19 c) Hog ring ties of 12-1/2 gauge for attachment 20 6) Brace and tension(stretcher bar)bands 21 a) Pressed steel 22 b) Minimum 300 degree profile curvature for secure fence post .. 23 attachment. 24 c) At square post provide tension bar clips. 25 7) Tension(stretcher)bars: -„ 26 a) One piece lengths equal to 2 inches less than full height of fabric 27 b) Minimum cross-section of 3/16 inch x 3/4 inch. 28 c) Provide tension(stretcher)bars where chain link fabric meets terminal 29 posts. 30 8) Tension wire 31 a) Galvanized coated steel wire,6 gauge, [0.192 inch] diameter wire 32 b) tensile strength: 75,000 psi 33 9) Truss rods&tightener 34 a) Steel rods with minimum diameter of 5/16 inch 35 b) Capable of withstanding a tension of minimum 2,000 lbs. 36 10)Nuts and bolts are galvanized 37 2. Wrought Iron Fence: specified per plan. 38 3. Steel Tube Fence: Shall match the character,style,dimensions and color of the 39 existing fence. 40 4. Setting Materials 41 a. Concrete: 42 1) Minimum 28 day compressive strength of 3,000 psi 43 2) Bagged Concrete allowed. 44 b. Drive Anchors 45 1) Galvanized angles 46 2) ASTM A 36 steel 47 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. .. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,,, 3231 13-5 CHAIN LINK FENCES AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify areas to receive fencing are completed to final grades and elevations. 8 2. Ensure property lines and legal boundaries of work are clearly established 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Chain Link Fence Framing 12 1. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 2. Space line posts uniformly at 10 feet on center. 15 3. Set all posts in concrete 16 a. Drill holes in firm, undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post. 18 c. Set post bottom 24 inches below surface when in firm,undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and loose soils,and for 20 posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. Trowel finish around post. 22 Slope to direct water away from posts. 23 4. Check each post for vertical and top alignment,and maintain in position during 24 placement and finishing operations. 25 5. Bracing 26 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller,on each 27 side of terminal posts. 28 b. Firmly attach with fittings. 29 c. Install diagonal truss rods at these points. 30 d. Adjust truss rod,ensuring posts remain plumb. 31 6. Tension wire 32 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 33 b. Install tension wire before stretching fabric and attach to each post with ties. 34 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 35 7. Top rail 36 a. Install lengths,21 feet. 37 b. Connect joints with sleeves for rigid connections for expansion/contraction. 38 8. Center Rails for fabric height 12 feet and taller. 39 a. Install mid rails between posts with fittings and accessories. 40 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 41 B. Chain Link Fabric Installation 42 1. Fabric CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 --. Revised July 1,2011 3231 13-6 CHAIN LINK FENCES AND GATES Page 6 of 6 I a. Install fabric on security side and attach so that fabric remains in tension after 2 pulling force is released. 3 b. Leave approximately 2 inches between finish grade and bottom selvage. .- 4 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 5 braces,and tension wire at 24 inches on center. 6 2. Tension(stretcher)bars •� 7 a. Pull fabric taut. 8 b. Thread tension bar through fabric and attach to terminal posts with bands or 9 clips spaced maximum of 15 inches on center. , 10 3. Accessories 11 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 12 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 13 c. Slats: Install slats in accordance with manufacturer's instructions. 14 C. Wrought Iron Installation: install per plan. 15 D. Steel Tube Fence: install per plan. 16 3.5 [REPAIR]/[RESTORATION] [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] -.. 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION[NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 9/24/2012 McGahey Added Section 2.23.3. 28 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 SECTION 33 04 12 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY -- 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes,carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include,but not be limited to the following: 9 a. Materials and installation 10 b. Post-installation survey • 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. 1.2.A.3.a. 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 —General Requirements 18 3. Section 33 05 26—Utility Markers/Locators 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment ... 21 1. Measure 22 a. Measurement for this Item shall be by lump sum. 23 2. Payment: 24 a. The work performed and materials furnished in accordance with this Item shall 25 be paid for at the lump sum price bid for"Cathodic Protection"for each 26 material of utility pipe bid. -- 27 3. The price bid shall include: 28 a. If ductile iron pipe is used in lieu of PVC,the Contractor shall submit for 29 approval plans for cathodic protection system signed and sealed by a licensed 30 professional engineer in the state of Texas experienced in cathodic protection 31 design. 32 b. Mobilization 33 c. Anode groundbeds 34 d. Anode test stations 35 e. Excavation 36 f. Furnishing,placement,and compaction of backfill 37 g. Field welding 38 h. Connections 39 i. Adjustments ... 40 j. Testing 41 k. Clean-up 42 1. Start-up/Commissioning CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. AWG: American Wire Gauge 4 2. CSE: Copper/Copper Sulfate Reference Electrode 5 3. HMWPE:High Molecular Weight Polyethylene ~- 6 B. Definitions 7 l. Anode: The electrode of an electrochemical cell at which oxidation occurs. 8 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 9 3. Cathode: The electrode of an electrochemical cell at which reduction is the 10 principal reaction. ,-- 11 4. Cathodic Polarization: The change of electrode potential in the negative direction 12 caused by direct current(DC)flow across the electrode/electrolyte interface. 13 5. Cathodic Protection:A technique used to reduce the corrosion of a metal surface by -~ 14 making that surface the cathode of an electrochemical cell. 15 6. Corrosion: Degradation of a material,usually a metal,that results from a reaction 16 with its environment. -" 17 7. Corrosion Control Engineer:NACE certified,licensed engineer in the state of 18 Texas,employed by a Corrosion Engineering Firm. 19 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 20 design on behalf of the Contractor. 21 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 22 System. 23 10. Current: Flow of electric charge. 24 11. Electrode:A conductor used to establish contact with an electrolyte and through r 25 which current is transferred to or from an electrolyte. 26 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 27 (i.e.,soil or water). 28 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 29 under Cathodic Protection. 30 14. Galvanic Anode:A metal that provides sacrificial protection to another metal that is 31 less active(more noble)when electrically coupled in an electrolyte. 32 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 33 current. 34 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the 35 electrolyte that is measured with reference to an electrode in contact with the 36 electrolyte. 37 17. Polarized Potential: The potential across the structure/electrolyte interface that is 38 the sum of the free corrosion potential and the cathodic polarization 39 18. Reference Electrode:An electrode whose open-circuit potential is constant under 40 similar conditions of measurement and is used to measure the relative potentials of 41 other electrodes 42 19. Stray Current: Current flow through paths other than the intended circuit. 43 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 C. Reference Standards 2 1. NACE International (MACE). w 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery. 7 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit product data for all components of the Cathodic Protection System.Data 10 submitted shall include: I1 a. Anodes 12 b. Anode Test Stations 13 c. Wiring 14 d. Splicing Materials 15 e. Thermite Weld Materials 16 f. Weld Coatings 17 1.7 CLOSEOUT SUBMITTALS 18 A. The results of all testing procedures shall be submitted to the Engineer or the City for 19 review and approval. Testing information required includes: 20 1. Anode groundbed current outputs 21 2. Pipe-to-soil potentials 22 3. Results of interference testing 23 4. Results of electrical isolation joint tests 24 5. Operating and maintenance instructions 25 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 26 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 27 discovered during the post installation inspection. 28 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Qualifications 32 1. Cathodic Protection installer shall show adequate documented experience in the 33 type of Cathodic Protection work required for the project. 34 B. Certifications 35 1. The Contractor shall,upon request by City, furnish manufacturer's certified test 36 reports that indicate that anodes meet Specifications and that all tests have been 37 performed in accordance with the applicable standards. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 3 B. Storage and Handling Requirements 4 1. Secure and maintain a location to store the material in accordance with Section 01 5 0500. 6 C. Packaging Waste Management 7 1. Dispose of anode and thermite weld material packaging properly and remove from 8 the job site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Sacrificial Anodes-Magnesium 15 1. Magnesium Anodes 16 a. Use high potential prepackaged Magnesium Anodes. 17 b. The metallurgical composition of the Magnesium Anodes shall conform to the 18 following: 19 Element Content °!o Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum Total Magnesium Remainder 20 21 2. Magnesium Anode Current Capacity 22 a. Magnesium Anodes require a current capacity of no less than 500 amp-hours 23 per pound of magnesium. - 24 3. Anode Backfill Material 25 a. Use chemical backfill material around all galvanic anodes. 26 b. Backfill provides a reduced contact resistance to earth,provides a uniform - 27 environment surrounding the anode,retains moisture around the anode and 28 prevents passivation of the anode. 29 c. All galvanic anodes shall come prepackaged in a backfill material conforming 30 to the following composition: 31 1) Ground hydrated gypsum: 75 percent CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 2) Powdered bentonite: 20 percent 2 3) Anhydrous sodium sulfate: 5 percent 3 4) Have a grain size backfill such that 100 percent is capable of passing 4 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 5 d. Completely surround the anode with the backfill mixture within a cotton bag. 6 e. For cast magnesium ingots,the required weight of backfill shall be as follows: 7 Anode Weight Backfill Weight Total Weight (Pounds) Pounds (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 8 4. Anode Lead Wires 9 a. For the lead wire for the Magnesium Anodes,use a 10-foot length of No. 12 10 AWG solid copper wire equipped with TW of THW insulation. 11 5. Lead Wire Connection to Magnesium Anode 12 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 13 b. Extend 1 end of the core beyond the anode for the lead wire connection. 14 c. Silver-solder the lead wire to the core and fully insulate the connection. 15 B. Splicing Tape ^— 16 1. Tape used for covering anode lead wire to anode header cable connections shall be 17 2 layers of Scotch 130C rubber splicing tape,then 2 layers of Scotch 88 vinyl 18 electrical tape as manufactured by 3M Scotch,or approved equal. ^- 19 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 20 or approved equal. 21 C. Crimping Lugs f 22 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 23 copper compression crimpit Catalog No.YC I OC 10 as manufactured by Bumdy, or 24 approved equal. 25 D. Anode Header Cable 26 1. Anode header cables routed between the anode groundbed and the test stations shall -- 27 be#10 AWG stranded copper conductors with type HMWPE insulation(black). 28 E. Anode Test Stations 29 1. Test stations shall consist of test wires,a terminal head and a traffic box as shown `r 30 on the Drawings. 31 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 32 manufactured by CP Test Services,or approved equal. 33 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 34 iron cover marked "CP Test"as manufactured by Brooks Products,Inc,or approved 35 equal. 36 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- 37 inch square concrete pad. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 5. Install a marker sign adjacent to all flush-mounted test stations. 2 F. Shunt 3 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 4 Holloway, or approved equal. 5 2. There shall at least 1 shunt in each Magnesium Anode test station. 6 G. Test Lead Wire 7 1. Test station lead wires shall be#12 AWG stranded copper cable with type TW, 8 THW or THHN insulation,black in color. 9 H. Permanent Reference Electrode 10 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double ,. 11 membrane ceramic cell in a geomembrane package,as manufactured by Corrpro 12 Companies,Inc.,or approved equal. 13 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 14 copper wire with blue HMWPE insulation of suitable length to attach to the 15 terminal board of the test station. 16 I. Marker Sign 17 1. Provide marker sign in accordance with Section 33 05 26. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 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 INSTALLATION 25 A. Installation of Sacrificial Anodes -- 26 1. Placement 27 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 28 hole or by trench maintaining the same spacing as shown on the Drawings. 29 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 30 the pipe. 31 c. Anodes shall be installed within the pipeline right-of-way. 32 2. Augured Hole 33 a. The anode hole diameter shall easily accommodate the anode. 34 3. Backfilling 35 a. After the hole is augured,the packaged anode shall be lowered into the hole and 36 the soil shall be firmly tamped around the package so that it is in intimate 37 contact with the package. .� 38 b. Pour a minimum of 5 gallons of water into the anode hole. 39 c. Backfill the remainder of the anode hole. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 4. Anode Lead Wire 2 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 3 inches. 4 b. Each anode lead wire shall be connected to an anode header cable as indicated 5 on the Drawings. w 6 5. Handling 7 a. Anodes shall be handled in a manner that will avoid damaging anode materials 8 and wire connections. 9 B. Installation of Permanent Anode 10 1. Location 11 a. Install I permanent copper sulfate reference electrode at each anode ground 12 bed. 13 b. The permanent reference electrode shall be within 6 inches of the pipe at pipe 14 depth. 15 c. Prepare and install the permanent reference electrode in strict accordance with 16 the manufacturer's recommendations. 17 2. Placement 18 a. Place the permanent reference electrode in the same ditch with the water line 19 and carefully covered with the same soil as the pipeline backfill. 20 3. Lead Wire ` 21 a. Protect the permanent reference electrode lead wire during backfill operations 22 and route to the test station along with the water line test leads and anode 23 ground bed cables. 24 C. Installation of Wire and Cable 25 1. Depth 26 a. All underground wire and cable shall be installed at a minimum of 24 inches 27 below final grade with a minimum separation of 6 inches from other 28 underground structures. 29 2. Anode Header Cable 30 a. Each anode lead wire shall be connected to a#10 AWG/HMWPE header cable 31 which shall be routed into a flush-to-grade test station. 32 3. Anode Lead Wire to Header Cable Connection 33 a. Each anode lead wire to header cable connection shall be made using a copper 34 compression connector. 35 b. Each connection shall be taped using rubber tape,vinyl tape and coated with 36 Scotchkote electrical coating as shown on the Drawings. 37 4. Anode-to-Pipeline Connection 38 a. Connect each group of anodes to the pipeline through a test station as shown on 39 the Drawings. 40 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 41 pipeline as shown on the Drawings. 42 5. A 3-inch wide,yellow,non-detectable warning tape labeled"Cathodic Protection 43 Cable Buried Below"shall be buried at a depth of 18 inches below the surface and 44 along the length of all Cathodic Protection cable trenches. 45 D. Test Lead Wire Attachment 46 1. Test lead cables shall be attached to the pipe by thermite welding. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 2. The pipe to which the wires are to be attached shall be clean and dry. 2 3. A grinding wheel shall be used to remove all coating,mill scale,oxide,grease and 3 dirt from the pipe over an area approximately 3 inches square. 4 a. The surface shall be cleaned to bright metal. 5 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 6 insulation removed from each end,exposing clean,oxide-free copper for welding. 7 5. Charges and Molds 8 a. Weld charges and mold size shall be as specified by the manufacturer for the 9 specific surface configuration. 10 b. Care shall be taken during installation to be sure correct charges are used. 11 c. Welding charges and molds shall be the product of a manufacturer regularly 12 engaged in the production of such materials. 13 6. Using the proper size thermite weld mold as recommended by the manufacturer,the 14 wire shall be placed between the graphite mold and the prepared metal surface. 15 7. The metal disk shall be placed in the bottom of the mold. 16 8. The cap from the weld charge container shall be removed and the contents poured 17 into the mold. 18 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 19 charge. 20 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 21 should be held firmly in place until all of the charge has burned and the weld has 22 cooled slightly. 23 11. Remove the thermite weld mold and gently strike the weld with a hammer to 24 remove the weld slag. 25 12. Pull on the wire to assure a secure connection. 26 13. If the weld is not secure or the wire breaks,repeat the procedure. •• 27 14. If the weld is secure,coat all bare metal and weld metal with Stopaq CZ tape,or 28 approved equal. 29 E. Flush-to-Grade Anode Test Stations 30 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 31 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 32 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 33 and to prevent damage to the leads during backfilling. 34 a. Additional slack shall be left to allow for withdrawal of the terminal board a 35 minimum of 12 inches above the top of the concrete pad for test purposes. 36 F. Post Installation Backfilling of Cables 37 1. General 38 a. During the backfilling operation,cables shall be protected to prevent damage to 39 the wire insulation and conductor integrity. 40 3.5 REPAIR 41 A. Cut wires shall be spliced by using a copper compression connector. 42 1. The connection shall be completely sealed against moisture penetration by the use 43 of rubber tape,vinyl tape and Scotchkote electrical coating. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 B. Damaged or missing test station components shall be replaced by equal components. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL .,, 4 A. Field Tests and Inspections 5 1. All components of the Cathodic Protection System shall be visually inspected by 6 the City prior to commissioning of the system. 7 3.8 SYSTEM STARTUP 8 A. General 9 1. The Cathodic Protection System shall be inspected,energized and adjusted 10 (commissioned)as soon as possible after the Cathodic Protection equipment has 11 been installed. 12 B. Equipment 13 1. All Cathodic Protection testing instruments shall be in proper working order and 14 calibrated according to factory specifications. 15 C. Commissioning 16 1. The commissioning of the Cathodic Protection System shall be performed by,or 17 under the direct supervision of,the Corrosion Engineering Firm qualified to verify 18 compliance with this Specification and with the referenced corrosion control 19 standards set forth by NACE International. - 20 D. Method 21 1. Measure native state structure-to-soil potentials along the water line using the 22 permanent reference electrodes at each anode test station and a portable reference 23 electrode at all other test stations and at above grade pipeline appurtenances. 24 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 25 groundbed to the pipeline lead in the test station junction box by means of a 0.01 26 ohm shunt. 27 3. Record each anode groundbed current using the shunt. 28 4. Allow sufficient time for the pipeline to polarize. 29 5. Adjust, if necessary,the Cathodic Protection current output in each anode test 30 station to satisfy the 100-mV polarization shift criterion or the-850 millivolts-CSE 31 polarized potential criterion as established by NACE International standards. 32 6. Record all final current outputs measured at each test station. 33 7. Verify that all electrical isolation devices are operating properly including flange 34 isolators and casing spacers. 35 8. Verify that interference does not exist with foreign structures. 36 9. Perform joint tests with owners of the foreign structures(if any)and mitigate any _. 37 interference detected. 38 10. If necessary, install resistance bonds to mitigate interference. 39 11. Interference testing coordination with the owners of foreign structures is the - 40 responsibility of the Cathodic Protection tester. 41 E. Verification and Responsibilities CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July I,2011 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 1. Contractor shall correct,at his expense,any deficiencies in materials or installation 2 procedures discovered during the post-installation inspection. 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION Revision Log - DATE NAME SUMMARY OF CHANGE 9/24/2012 McGahey Added Section 1.2.A.3.a. 10 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,_ 330530-1 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 MMN 2 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY ^ ° 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Revised Section 1.2.A.3.c. -- 10 2. Revised Section 3 A.A. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 16 1.2 PRICE AND PAYMENT PROCEDURES .� 17 A. Measurement and Payment 18 1. Measurement 19 a. Measurement for this Item shall be per each excavation performed as identified 20 in the Drawings,or as directed. 21 2. Payment: 22 a. The work performed and materials furnished in accordance with this Item and 23 measured as provided under"Measurement"will be paid for at the unit price bid 24 per each"Exploratory Excavation of Existing Utilities"of the type specified. 25 3. The price bid shall include: 26 a. Grade survey 27 b. Pavement removal 28 c. Excavation(as specified by standard excavation equipment or by vacuum 29 excavation) 30 d. Hauling 31 e. Disposal of excess material 32 f. Furnishing,placing and compaction of embedment 33 g. Furnishing,placing and compaction of backfill 34 h. Clean-up 35 i. Surface restoration 36 13 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification,unless a date is specifically cited. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330530-2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 4 Exploratory Excavation of Existing Utilities. 5 2. Coordinate location of all other existing utilities within vicinity of excavation prior — 6 to commencing Exploratory Excavation. 7 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 8 commencement. �.. 9 B. Sequencing 10 1. Exploratory Excavations shall be conducted prior to the construction of the entire 11 project. 12 C. Scheduling 13 1. For critical utility locations,the City may choose to be present during excavation. �. 14 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 15 City personnel. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS 19 A. Report of Utility Location 20 1. Horizontal location of utility as surveyed 21 2. Vertical elevation of utility as surveyed 22 a. Top of utility 23 b. Spring line of utility 24 c. Existing ground 25 3. Material type, diameter and description of the condition of existing utility 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] .. 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 of 4 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Verification of Conditions 5 1. Verify location of existing utilities in accordance with the General Requirements, 6 the General Notes and the Drawings. 7 3.3 PREPARATION 8 A. Coordinate with City Survey, if applicable. 9 3.4 INSTALLATION 10 A. Verify location of existing utility at location denoted on the Drawings using standard 11 excavation equipment or vacuum excavation equipment, or as directed by the City or 12 Engineer. 13 1. Expose utility to spring line,as necessary. 14 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with 15 Section 33 05 10. �. 16 B. Upon completion of the utility exploration, submit a report of the findings. 17 C. If location of utility is in conflict with the Drawings,notify the City Project Manager 18 for appropriate design modifications. 19 D. Place embedment and backfill in accordance with Section 33 05 10. 20 E. Once necessary data is obtained,immediately restore surface to existing conditions to: -- 21 1. Obtain a safe and proper driving surface, if applicable 22 2. Ensure the safety of the general public 23 3. The satisfaction of the City 24 3.5 REPAIR/RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION[NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ... Revised July I,2011 330530-4 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 1. Revised Section 1.2.A.3.c. 10/24/2012 McGahey 2. Revised Section 3.4.A. 2 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 20 1 SECTION 33 1114 2 STEEL PIPE AND FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Steel Pipe 16-inches and larger for potable water applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Revised Title by eliminating the word "buried". 9 2. Revised 1.1 A by eliminating the word"buried"and changing the size from 24-inch 10 to 16-inch. 11 3. Deleted 1.10 A 3 a and c in reference to cement mortar coatings. 12 4. Revised 1.2 A 1 by changing referenced from Buried Steel Pipe to Steel Pipe 13 5. Revised 1.2 A 2 by modifying the measurement and payment for steel fittings from 14 lump sum to subsidiary to the steel pipe. 15 6. Deleted 1.3 7 h with regard to reference of AWWA C222 for polyurethane 16 coatings. 17 7. Revised 1.6 by deleting references to mortar lining and polyurethane coatings. 18 8. Revised 2.2 B 2 by changing requirements for polyurethane coating to epoxy 19 coating. 20 9. Revised 2.2 B 3 by changing requirements for cement mortar lining to epoxy lining. ... 21 10. Deleted 2.2 B 11,requirements for mortar linings. 22 11. Deleted 2.2 B 12, requirements for heat shrink sleeves. 23 12. Revised 2.2 C l e to address exposed pipe hanging on a bridge as opposed to buried .. 24 steel pipe as it relates to pipe design. 25 13. Deleted 2.2 C 1 g and h relating to buried steel pipe design. 26 14. Revised 2.2 C 2 by requiring all joints for the project to be welded and eliminating 27 assumptions required for calculating thrust restraint. 28 15. Revised 2.2 C 3 by changing the nominal diameter to match the outside diameter 29 instead of the inside diameter. - 30 16. Revised table in 2.2 C 4 c 2)from "Polyurethane Coated Steel"to"Epoxy Coated 31 Steel". 32 17. Deleted 2.2 C 9 c for rubber gasket joint. 33 18. Revised 2.2 C 10 for epoxy coatings and linings from polyurethane coating 34 requirements. -- 35 19. Revised 2.2 C 10 g for requirements of epoxy coatings and linings in lieu of 36 polyurethane coatings 37 20. Revised 2.4 B for testing requirements of epoxy coatings and linings in lieu of 38 cement mortar lining and polyurethane coating. 39 21. Deleted 2.4 C 2 regarding representatives of polyurethane coating manufacturer. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 3311 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 20 1 22. Deleted 3.4 A 3-8 regarding installation in buried application. 2 23. Deleted 3.4 D 1 for rubber gasket joints. 3 24. Revised 3.4 D 2 d 4)for epoxy coating in lieu of polyurethane coating. 4 25. Deleted 3.4 E regarding interior joint grouting. 5 26. Deleted 3.4 F,G,and H regarding buried application. "F 6 27. Revised 3.5 A regarding repair and field touch up of epoxy coatings. 7 28. Deleted 3.5 B regarding repair of cement mortar linings. 8 29. Revised 3.7 A regarding field quality control of coatings. 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 33 0131 —Closed Circuit Television(CCTV)Inspection 14 4. Section 33 04 10—Joint Bonding and Electrical Isolation 15 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 16 6. Section 33 05 10—Utility Trench Excavation,Embedment,and Backfill — 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment — 19 1. Steel Pipe 20 a. Measurement 21 1) Measured horizontally along the surface from center line to center line of 22 the fitting or appurtenance 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"Steel AWWA C200 Pipe"installed for: 27 a) Various sizes 28 b) Various type of backfill 29 c. The price bid shall include: 30 1) Furnishing and installing Steel Pipe with joints as specified by the ., 31 Drawings 32 2) Mobilization 33 3) Coating 34 4) Lining 35 5) Pavement removal 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Furnishing,placement and compaction of embedment 40 10)Thrust restraint 41 11)Bolts and nuts 42 12) Welding 43 13) Gaskets 44 14)Furnishing,placement and compaction of backfill 45 15) Clay dams CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 , 3311 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 20 l 16)Clean-up 2 17) Cleaning •• 3 18) Disinfection 4 19)Testing 5 2. Buried Steel Pipe Fittings +� 6 a. Measurement 7 1) Measurement for this Item shall be by subsidiary to the price of the steel 8 pipe. .... 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for subsidiary to 12 the price bid for"Steel Pipe"and will not be paid for separately. 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. American Architectural Manufacturers Association (AASHTO). 19 3. American Society of Mechanical Engineers(ASME): 20 a. 1316.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 21 4. ANSI International(ASTM): 22 a. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 PDI —► 23 Tensile Strength. 24 b. BI 17, Standard Practice for Operating Salt Spray(Fog)Apparatus. 25 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 26 Steel. 27 d. C33, Standard Specifications for Concrete Aggregates. 28 e. C144, Standard Specification for Aggregate for Masonry Mortar. 29 f. C150, Standard Specification for Portland Cement. 30 g. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 31 from Clay or Shale). 32 h. D16, Standard Terminology for Paint,Related Coatings, Materials,and 33 Applications. 34 i. D242, Standard Specification for Mineral Filler for Bituminous Paving 35 Mixtures. 36 j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 37 Coatings. 38 k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. �- 39 1. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 40 Adhesion Testers. 41 m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. - 42 5. American Welding Society(AWS) 43 6. DLI, Structure Welding Code-Steel. 44 7. American Water Works Association(AWWA): 45 a. C200, Steel Water Pipe-6 Inches and Larger. 46 b. C205,Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 47 and Larger Shop-Applied. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 3311 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 20 1 c. C206, Field Welding of Steel Water Pipe. 2 d. C207, Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN 3 e. C208,Dimensions for Fabricated Steel Water Pipe Fittings. 4 f. C210,Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 5 Water Pipelines. 6 g. C216,Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of 7 Special Sections,Connections,and Fittings for Steel Water Pipelines 8 h. M11, Steel Pipe-A Guide for Design and Installation. 9 8. American Water Works Association/American National Standards Institute 10 (AW WA/ANSI): 11 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 12 Fittings. 13 9. International Organization for Standardization(ISO). 14 10. NACE International(MACE): 15 a. SP0188,Discontinuity(Holiday)Testing of New Protective Coatings on 16 Conductive Substrates. 17 11. NSF International (NSF): 18 a. 61,Drinking Water System Components-Health Effects. 19 12. Spray Polyurethane Foam Alliance(SPFA). 20 13. Society for Protective Coatings(SSPC)/National Associate of Corrosion Engineers 21 (NACE) 22 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 23 b. SP 1, Solvent Cleaning. 24 c. SP 2,Hand Too] Cleaning. 25 d. SP 3,Power Tool Cleaning. 26 14. Society for Protective Coatings/National Associate of Corrosion Engineers 27 (SSPC/NACE) 28 a. SP 10/NACE No.2,Near-White Blast Cleaning. 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 33 fabrication for specials. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Exterior Coating -� 37 a. Material data 38 b. Application recommendations 39 c. Field touch-up procedures 40 2. Heat Shrink Sleeves, if applicable 41 a. Material data 42 b. Installation recommendations .. 43 3. Joint Wrappers, if applicable 44 a. Material data CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of 20 1 b. Installation recommendations 2 4. Gaskets 3 B. Shop Drawings 4 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 5 Texas including: 6 a. Internal pressure 7 1) Maximum design pressure 8 2) Surge pressure 9 b. External pressure 10 1) Deflection 11 2) Buckling 12 3) Extreme loading conditions 13 c. Special physical loading such as supports or joint design 14 d. Thermal expansion and/or contraction 15 2. Thrust restraint calculations for all fittings and valves including the restraint length 16 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 17 shown in the Drawings. 18 3. Fabrication and lay drawings showing a schematic location with profile and a 19 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 20 Texas and includes: 21 a. Pipe class 22 b. Joint types 23 c. Fittings 24 d. Outlets 25 e. Thrust Restraint 26 f. Stationing(in accordance with the Drawings) 27 g. Transitions 28 h. Joint deflection 29 i. Interior lining 30 j. Outlet locations for welding,ventilation,and access 31 k. Welding requirements and provisions for thermal stress control 32 C. Certificates and Test Reports 33 1. Prior to shipment of the pipe,the pipe manufacturer shall submit the following: 34 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 35 complies with AWWA C200, AWWA C205,AWWA C210,and these 36 Specifications. 37 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 38 c. Mill certificates, including chemical and physical test results for each heat of 39 steel. 40 d. Certified test reports for welder certification for factory and field welds in 41 accordance with AWWA C200, Section 4.11. 42 e. Certified test reports for steel cylinder tests. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 20 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications ... 5 1. Manufacturers 6 a. Shall be certified under S.P.F.A.or I.S.O. quality certification program for steel 7 pipe and accessory manufacturing 8 b. Finished pipe shall be the product of 1 manufacturer. 9 c. Pipe manufacturing operations(pipe, lining and coatings)shall be performed 10 under the control of the manufacturer. „ 11 d. The pipe manufacturer shall not have less than 5 years successful experience 12 manufacturing pipe of the particular type and size indicated or demonstrate an 13 experience record that is satisfactory to the Engineer and City. 14 1) This experience record will be thoroughly investigated by the Engineer,and 15 acceptance will be at the sole discretion of the Engineer and City. 16 2) Pipe manufacturing operations(pipe,fittings, lining,coating)shall be 17 performed at 1 location,unless otherwise approved by the Engineer. 18 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 19 AWWA C205,AWWA C210 and AWWA C222. 20 1.10 DELIVERY,STORAGE,AND HANDLING 21 A. Packing 22 1. Prepare pipe for shipment to: 23 a. Afford maximum protection from normal hazard of transportation 24 b. Allow pipe to reach project site in an undamaged condition 25 2. Pipe damaged in shipment shall not be delivered to the project site unless such 26 damaged pipe is properly repaired. 27 3. After the completed pipe and fittings have been removed from the final cure at the 28 manufacturing plant: 29 a. Maintain covers over the pipe ends at all times until ready to be installed. 30 4. Pipes shall be carefully supported during shipment and storage. 31 a. Pipe,fittings and specials shall be separated so that they do not bear against 32 each other and the whole load shall be securely fastened to prevent movement in 33 transit. 34 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 35 c. Store pipe on padded skids,sand or dirt berms,tires or other suitable means to 36 protect the pipe from damage. 37 d. Each end of each length of pipe,fitting or special and the middle of each pipe 38 joint shall be internally supported and braced with stulls to maintain a true 39 circular shape. 40 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 41 that stulls remain in place during storage,shipment and installation. 42 2) Pipe shall be rotated so that 1 stull remains vertical during storage, 43 shipment and installation. 44 3) At a minimum, stalls shall be placed at each end and center. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 20 1 a) Additional stulls may be required depending upon the length of the 2 joints and pipe design. 3 4) Stulls shall not be removed until backfill operations are complete 4 (excluding final clean up),unless it can be demonstrated to the City's 5 satisfaction that removal of stulls will not adversely affect pipe installation. 6 B. Delivery, Handling,and Storage 7 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the 8 Contractor shall inspect the pipe's interior coating for excessive cracking. ' 9 2. If excessive cracking is found,the Contractor shall modify shipping procedures to 10 reduce or eliminate cracking. 11 3. Deliver, handle and store pipe in accordance with the manufacturer's 12 recommendations to protect coating systems. 13 4. Secure and maintain a location to store the material in accordance with Section 01 14 6600. 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [NOT USED] 19 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturers as listed by the City's Standard Products List will be 22 considered as shown in Section 01 60 00. 23 a. The manufacturer must comply with this Specification and related Sections. 24 2. Any product that is not listed on the Standard Products List is considered a 25 substitution and shall be submitted in accordance with Section 0125 00. 26 B. Materials 27 1. General 28 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 29 C200,AWWA C205,AWWA C210 and AWWA C222. +, 30 b. All pipe lining material in contact with potable water shall meet the 31 requirements of NSF 61. 32 2. Exterior Epoxy Coating 33 a. For Pipe: 34 1) All pipe shall be shop primed with epoxy primer utilizing the systems and 35 surface preparation procedures described herein. 36 2) Epoxy coating shall meet the requirements of AWWA C210. 37 3) All epoxy coatings shall be by one manufacturer 38 4) Use a 3 coat system with a minimum total DFT of 9 mils consisting of the 39 following: 40 a) 1 coat of Epoxy-Polyamide primer(shop applied)—2 mils as 41 manufactured by one of the following: 42 (1) Tnemic—Series 66 CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 331114-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 20 1 (2) Sherwin-Williams—Copoxy Primer 2 (3) Inemational Paint,LLC—Intergard 251 3 (4) ICI Devoe—Devran 201 4 (5) Carboline-893 5 (6) Ameron—Amerlock 400/2 6 b) 1 coat of Epoxy-Polyamide intermediate coat—4 mils as manufactured 7 by one of the following: 8 (1) Tnemic—Series 66 9 (2) Sherwin-Williams—Macropoxy 646 Epoxy 10 (3) Inernational Paint,LLC—Intergard 475HS 11 (4) ICI Devoe—Devran 224 HS 12 (5) Carboline-890 13 (6) Ameron—Amercoat 395FD 14 c) 1 coat of High Build Acrylic Polyurethane Enamel—3 mils as 15 manufactured by one of the following. Final color to be selected by the 16 City: 17 (1) Tnemic—Series 73 Endura-Shield 18 (2) Sherwin-Williams—Hi-Solids Polyurethane 19 (3) Inernational Paint,LLC—Interthane 870HS ..� 20 (4) ICI Devoe—Devthane 359 21 (5) Carboline— 133HB 22 (6) Ameron—Amercoat 45OH 23 5) The coating manufacturer shall have a minimum of 5 years experience in 24 the production of this type coating. 25 3. Epoxy Linings ,. 26 a. All interior epoxy linings shall be shop-applied. 27 b. Shop-applied epoxy linings shall conform to the requirements of AWWA 28 C21O. 29 c. All epoxy linings shall be from the same manufacturer. 30 d. Use a 3 coat system with a total DFT of 12 mils consisting of the following: 31 a) 1 coat of Epoxy-Polyamide primer(shop applied)—2 mils as 32 manufactured by one of the following: 33 (1) Tnemic—Series 66 34 (2) Sherwin-Williams—Copoxy Primer 35 (3) Inernational Paint,LLC—Intergard 251 36 (4) ICI Devoe—Devran 201 37 (5) Carboline-893 38 (6) Ameron—Amerlock 400/2 39 b) 2 coats of Epoxy-Polyamide coating—5 mils each coat as 40 manufactured by one of the following: 41 (1) Tnemic—Series 66 42 (2) Sherwin-Williams—Macropoxy 646 Epoxy 43 (3) Inernational Paint,LLC—Intergard 475HS 44 (4) ICI Devoe—Devran 224 HS 45 (5) Carboline-890 46 (6) Ameron—Amercoat 395FD 47 4. Gaskets 48 a. Isolation Flanges CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ,, 33 11 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 20 1 1) Flanges which are required by the drawings to be Isolation Flanges shall 2 conform to Section 33 04 10. 3 b. Class D Flanges 4 1) Full face 5 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock 6 of a thickness not less than 1/8 inch 7 3) Virgin stock 8 4) Conforming to the physical and test requirements specified in ... 9 AWWA/ANSI CI 11/A21.11 10 5) Finished gaskets shall have holes punched by the manufacturer and shall 11 match the flange pattern in every respect. 12 6) Frayed cut edges resulting from job site gasket fabrication are not 13 acceptable. 14 7) Furnish Viton®Rubber gaskets hydrocarbon restraint gaskets,when 15 required. 16 c. Class E Flanges 17 l) Full Face 18 2) 1/8-inch Nonasbestos gasket in accordance with AWWA C207. 19 5. Bolts and Nuts 20 a. Flanged Ends 21 1) Meet requirements of AWWA C207. 22 2) Class D and E Flanges 23 a) For buried and non-buried applications,provide ASTM A193 Grade B7 24 Bolts and ASTM 194 grade 2H Nuts. 25 6. Flange Coatings 26 a. Coatings for buried flanges shall be Densyl Tape system manufactured by 27 Carboline,consisting of Densyl Mastic,Densyl Paste,and Densyl Tape,or 28 approved equal. 29 7. Steel shall 30 a. Meet the requirements of AWWA C200 ' ^ 31 b. Be of continuous casting 32 c. Be homogeneous 33 d. Be suitable for field welding 34 e. Be fully kilned 35 f. Be fine austenitic grain size 36 8. Bend Fittings 37 a. Fabricate all fittings from hydrostatically tested pipe. 38 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 39 9. Threaded Outlets - 40 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 41 install brass bushings for the outlet size indicated. 42 10. Weld Lead Outlets 43 a. Use of threaded outlets for access for weld leads is permitted. 44 b. Additional outlet configurations shall be approved by the Engineer. 45 c. Outlets shall be welded after use. 46 C. Performance/Design Criteria 47 1. Pipe Design CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 -- Revised July 1,2011 33 11 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 20 1 a. Steel pipe shall be designed,manufactured and tested in conformance with 2 AWWA C200,AWWA M11 and these Specifications. 3 b. Sizes and pressure classes(working pressure)shall be as shown below. — 4 c. For the purpose of pipe design,the transient pressure plus working pressure 5 shall be as indicated below. 6 d. Fittings,specials and connections shall be designed for the same pressures asa 7 the adjacent pipe. 8 e. Pipe design shall be based an exposed condition as shown in the plans and the 9 design pressure in accordance with AWWA M11; using the following 10 parameters: 11 1) Working Pressure= 150 psi 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 - 14 psi minimum)of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum)at the lowest elevation of the test section. 18 2) Surge Allowance= 100 psi,minimum 19 a) Where Total Pressure(including surge)= 150 psi+ 100 psi=250 psi ° 20 f. Fittings and specials shall be: 21 1) Designed in accordance with AWWA C208 and AWWA M11 except that 22 crotch plates shall be used for outlet reinforcement for all Pressure Diameter 23 Values,PDV,greater than 6,000. 24 g. Field fabrication or cutting is not allowed,unless otherwise approved by the 25 City. 26 2. Provisions for Thrust 27 a. All steel pipe joints shall be welded unless otherwise shown on the plans. 28 3. Outside Diameter -- 29 a. The outside diameter, including the cement-mortar lining, shall be a minimum 30 of the nominal diameter of the pipe specified,unless otherwise indicated on the 31 Drawings. 32 4. Wall Thickness 33 a. The minimum pipe wall steel thickness shall be as designed, but not less than 34 0.25 inches or pipe D/240, whichever is greater for pipe and fittings,with no 35 minus tolerance,where D is the nominal inside pipe diameter. 36 b. Where indicated on the Drawings,pipe and fittings shall have thicker steel pipe 37 wall. 38 c. The minimum steel wall thickness shall also be such that the fiber stress shall 39 not exceed: 40 1) 50 percent of the minimum yield strength of the steel for working pressure 41 and 42 2) 75 percent of the minimum yield strength of the steel at the maximum 43 pressure(including transient pressure),nor the following,at the specified 44 working pressure: 45 Maximum Stress at Pipe Type Working Pressure Epoxy Coated Steel 23,000 psi Mortar Coated Steel NOT USED CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 20 1 2 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 3 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 4 nominal pipe diameter. 5 e. Pipe,fittings and specials shall be designed such that the maximum stresses in 6 the pipe due to thrust loading will not exceed 18,000 psi. 7 5. Seams 8 a. Except for mill-type pipe,the piping shall be made from steel plates rolled into 9 cylinders or sections thereof with the longitudinal and girth seams butt welded 10 or shall be spirally formed and butt welded. 11 1) There shall be not more than 2 longitudinal seams. .. 12 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 13 except in specials and fittings. 14 6. Joint Length —. 15 a. Maximum joint length shall not exceed 50 feet. 16 b. Maximum joint length of steel pipe installed in casing shall meet the project 17 requirements. 18 c. Manufactured random segments of pipe will not be permitted for straight runs 19 of pipe. 20 1) Closing piece segments,however,shall be acceptable. 21 7. Joint Bonds,Insulated Connections and Flange Gaskets 22 a. Joint Bonds,Insulated Connection,and Flange Gaskets shall be in accordance 23 with Section 33 04 10. 24 8. Bend Fittings 25 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 26 9. Pipe Ends 27 a. Pipe ends shall be: 28 1) Lap welded slip joints 29 2) Butt strap joint 30 3) Flanged joint 31 4) Flexible coupled joint 32 5) Roll groove gasket joint 33 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 34 resist thrust forces. 35 1) Thrust at bends adjacent to casing shall be restrained by welding joints 36 through the casing and a sufficient distance each side of the casing. 37 c. Lap Welded Slip Joint 38 1) Lap welded slip joint shall be provided in all locations for pipe larger than 39 24-inches and where joints are welded for thrust restraint. 40 2) Lap welded slip joints maybe welded from the inside or outside. 41 3) Ends of pipe,fittings and specials for field welded joints shall be prepared 42 with 1 end expanded in order to receive a plain end making a bell and plain 43 end type of joint. 44 a) Clearance between the surfaces of lap joints shall not exceed 1/8 inch at 45 any point around the periphery. 46 4) In addition to the provisions for a minimum lap of 1'/z inches as specified in 47 AWWA C20O,the depth of bell shall be such as to provide for a minimum 48 distance of 1 inch between the weld and the nearest tangent of the bell radius 49 when welds are to be located on the inside of the pipe. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 20 1 d. Fittings with Flanges 2 1) Flanged joints shall be provided at connections to valves and where 3 indicated on the Drawings. 4 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 5 welds ground flush to accommodate the type of flanges provided. 6 3) Pipe flanges and welding of flanges to steel pipe shall conform to the .. 7 requirements of AWWA C207 and AWWA C206. 8 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 9 pipe class. 10 5) Flanges shall match the fittings or appurtenances which are to be attached. 11 6) Flanges shall be Class E with 275 psi working pressure in accordance with 12 AWWA C207 and drilled in accordance with ASME B 16.1 Class 125 for 13 areas designated with a 225 test pressure. 14 7) When Isolation Flanges are required by the Drawings,Drillings shall 15 accommodate the required spacing for mylar sleeves according to Section 33 16 0410. 17 e. Flexible Couplings 18 1) Flexible couplings shall be provided where specified on the Drawings. 19 2) Ends to be joined by flexible couplings shall be: ^- 20 a) Plain end type,prepared as stipulated in AWWA C200. 21 b) Welds on ends to be joined by couplings shall be ground flush to 22 permit slipping the coupling in at least 1 direction to clear the pipe joint. - 23 c) Harness bolts and lugs shall comply with AWWA M11. 24 f. Butt Strap Closure Joints 25 1) Where necessary to make closure to pipe previously laid,closure joints - 26 shall be installed using butt strap joints in accordance with AWWA C206 and 27 applicable provisions of this Specification. 28 10. Epoxy Coating and Linings 29 a. Applicator Qualifications 30 1) Equipment shall be certified by the coating manufacturer to meet the 31 requirements for: 32 a) Material mixing 33 b) Temperature control 34 c) Application rate 35 d) Ratio control for multi-part coatings 36 2) Equipment not meeting the written requirements of the coating 37 manufacturer shall be rejected for coating application until repairs or 38 replacement of the equipment is made to the satisfaction of the City. 39 3) Personnel responsible for the application of the coating system shall: 40 a) Provide certification of attendance at the coating manufacturer's 41 training class within the last 3 years 42 b) Be present during all coating application work and shall have 43 responsibility for controlling all aspects of the coating application 44 b. Surface Preparation 45 1) Remove visible oil,grease,dirt and contamination in accordance with 46 SSPC SP 1. 47 2) Remove surface imperfections such as metal slivers, burrs,weld splatter, 48 gouges or delaminations in the metal by filing or grinding prior to abrasive 49 surface preparation. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 . 3311 14-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 20 1 3) In cold weather or when moisture collects on the pipe and the temperature 2 of the pipe is less than 45 degrees F,preheat pipe to a temperature between 45 3 and 90 degrees F and 5 degrees F above dew point. 4 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 5 produce the surface preparation cleanliness as required by coating 6 manufacturer and as specified. 7 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 8 air wash separator. 9 5) Blast media mixture and gradation shall be adequate to achieve a sharp 10 angular surface profile as required by coating manufacturer and to the I minimum depth specified. 12 6) Protect prepared pipe from humidity,moisture and rain. 13 7) Keep pipe clean, dry and free of flash rust. 14 a) Remove all flash rust, imperfections or contamination on cleaned pipe 15 surface by reblasting prior to primer application. 16 8) Complete priming and coating of pipe in a continuous operation the same 17 day as surface preparation. 18 9) Abrasive blast exterior surfaces in accordance with SSPC SP I O NACE No. 19 2;to a near-white blast cleaning with a minimum 3.0 mil angular profile in 20 bare steel. 21 c. Equipment �- 22 1) 2-component,heated airless spray unit in accordance with coating 23 manufacturer's recommendation 24 d. Temperature 25 1) Minimum 5 degrees F above dew point temperature 26 a) The temperature of the surface shall not be less than 60 degrees F 27 during application. 28 e. Humidity 29 1) Heating of pipe surfaces may be required to meet requirements of this 30 Section if relative humidity exceeds 80 percent. 31 f. Resin 32 1) Do not thin or mix resins; use as received. 33 2) Store resins at a temperature recommended by the coating manufacturer. 34 g. Application 35 1) Applicator shall be certified by the coating manufacturer and conform to 36 coating manufacturer's recommendations. 37 a) Thinning is not permitted. -� 38 2) Apply each coat per manufacturer's recommended instructions to achieve 39 the minimum dry film thickness(DFT)as specified. 40 h. Recoating �.. 41 1) Recoat only when coating has cured less than maximum time specified by 42 coating manufacturer. 43 2) When coating has cured for more than recoat time,brush-blast or 44 thoroughly sand the surface. 45 3) Blow-off cleaning using clean,dry,high pressure compressed air. 46 i. Curing 47 1) Do not handle pipe until coating has been allowed to cure, per 48 manufacturer's recommendations. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 3311 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 20 .r. 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL 3 A. Marking for Identification 4 1. For each joint of pipe and each fitting,plainly mark on 1 end: 5 a. Class for which it is designated 6 b. Date of manufacturer 7 c. Identification number 8 d. Top centerlines shall be marked on all specials 9 B. Factory Testing 10 1. Epoxy Lining and Coatings-Shop-applied epoxy linings and coatings shall be 11 tested in accordance with AWWA C210. 12 C. Manufacturer's Technician for Pipe Installation 13 1. Pipe Manufacturer's Representative 14 a. If required by the Engineer or requested by the Contractor during construction, 15 the pipe manufacturer shall furnish the services of a factory trained,qualified, 16 job experienced technician to advise and instruct as necessary in pipe laying and 17 pipe jointing. 18 l) The technician shall assist and advise the Contractor in his pipe laying 19 operations and shall instruct construction personnel in proper joint assembly 20 and joint inspection procedures. 21 2) The technician is not required to be on-site full time;however,the 22 technician shall be regularly on-site during the first 2 weeks of pipe laying 23 and thereafter as requested by the Engineer,City or Contractor. 24 D. Hydrostatic Pressure Testing 25 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 26 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 27 a. The internal test pressure shall be that which results in a fiber stress equal to 75 28 percent of the minimum yield strength of the steel used. 29 b. Each joint of pipe tested shall be completely watertight under maximum test 30 pressure. 31 c. Test pressure shall be held for sufficient time to observe the weld seams. 32 d. Maintain a recording pressure gauge,reference number of pipe tested, etc. 33 1) The pipe shall be numbered in order that this information can be recorded. 34 3. Test fittings by: 35 a. Hydrostatic test 36 b. Magnetic particle test 37 c. Ultrasonic 38 d. Radiography 39 e. Dye penetrant test 40 E. City Testing and Inspection 41 1. Pipe maybe subject to inspection at the manufacturer's facility by an independent 42 testing laboratory,which laboratory shall be selected and retained by the City. 43 a. Representatives of the City,City's laboratory, or the Engineer shall have access 44 to the work whenever it is in preparation or progress. 45 b. Pipe manufacturer shall provide proper facilities for access and for inspection. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 ... 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 20 1 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 2 to the pipe fabrication so that the City may advise the manufacturer as to the 3 City's decision regarding tests to be performed by an independent testing 4 laboratory. 5 d. Material, fabricated parts and pipe,which are discovered to be defective, or 6 which do not conform to the requirements of this Specification shall be subject 7 to rejection at any time prior to City's final acceptance of the product. 8 2. The inspection and testing by the independent testing laboratory anticipates that .... 9 production of pipe shall be done over a normal period of time and without"slow 10 downs"or other abnormal delays. 11 a.. The pipe manufacturer shall coordinate their manufacturing schedule with the 12 Contractor and advise the Contractor of any changes in the schedule. 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 INSTALLATION 18 A. General 19 1. Install steel pipe,fittings,specials and appurtenances as specified herein, as 20 specified in AWWA M11,in accordance with the pipe manufacturer's 21 recommendations and as required for the proper functioning of the completed pipe 22 line. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 B. Pipe Handling �.. 25 1. Haul and distribute pipe and fittings at the project site. 26 2. Handle pipe with care to avoid damage. 27 a. Pipe shall be handled at all times with sufficient non-abrasive slings, belts or 28 other equipment designed to prevent damage to the coating or lining. 29 b. The spacing of pipe supports required to handle the pipe shall be adequate to 30 prevent cracking or damage to the lining or coating. 31 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 32 lowering into the trench. 33 d. The equipment shall be kept in such repair that its continued use is not injurious 34 to the coating. 35 e. Do not lay pipe in wet conditions. 36 3. At the close of each operating day: 37 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 38 the laying operation. 39 b. Effectively seal the open end of the pipe using a gasketed night cap. 40 C. Line Up at Bends 41 1. Line up pipe for joining so as to prevent damage thereto. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 ., Revised July 1,2011 33 11 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 20 .. I a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 2 matter,rust and scale before placing spigot into bell. 3 2. Where abrupt changes in grade and direction occur,employ special shop fabricated 4 fittings for the purpose. 5 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 6 or direction of the line shall not be permitted. -- 7 D. Pipe Laying 8 1. Welded Joints 9 a. Weld joints in accordance with AWWA C206. 10 1) Contractor shall provide adequate ventilation for welders and for City's 11 representative to observe welds. 12 2) Welds shall be full circle fillet welds,unless otherwise specified. 13 3) Welding shall be completed after application of field applied joint coating. 14 b. Adequate provisions for reducing temperature stresses shall be the 15 responsibility of the Contractor. 16 c. After the pipe has been joined and properly aligned and prior to the start of the 17 welding procedure: 18 1) The spigot and bell shall be made essentially concentric by shimming or 19 tacking to obtain clearance tolerance around the periphery of the joint. 20 2) In no case shall the clearance tolerance be permitted to accumulate. 21 d. Before welding: 22 1) Thoroughly clean pipe ends. 23 2) Weld pipe by machine or by the manual shielded electric arc process. 24 3) Welding shall be performed so as not to damage lining or coating. 25 4) Cover the epoxy coating/primer as necessary to protect from weld splatter. 26 e. Furnish labor,equipment,tools and supplies, including shielded type welding 27 rod. 28 1) Protect welding rod from any deterioration prior to its use. 29 2) If any portion of a box or carton is damaged,reject the entire box or carton. 30 f. Hand Welding 31 1) The metal shall be deposited in successive layers. 32 2) Not more than 1/8 inch of metal shall be deposited in each pass. 33 3) Each pass except the final 1,whether in butt or fillet welds,shall be 34 thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, -- 35 slag or flux before the succeeding bead is applied. 36 4) Each pass shall be thoroughly fused into the plates at each side of the 37 welding groove or fillet and shall not be permitted to pile up in the center of 38 the weld. 39 5) Undercutting along the side shall not be permitted. 40 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 41 undercutting and/or any other defects. 42 h. If the ends of the pipe are laminated,split or damaged to the extent that 43 satisfactory welding contact cannot be obtained,remove the pipe from the line. 44 i. Furnish each welder employed with a steel stencil for marking the welds, so 45 that the work of each welder may be identified. 46 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 47 to him. 48 1) In the event any welder leaves the job,his stencil shall be voided and not 49 duplicated if another welder is employed. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 20 1 k. Welders 2 1) Use only competent, skilled and qualified workmen. 3 a) Each welder employed by the Contractor shall be required to 4 satisfactorily pass a welding test in accordance with AW WA C206 before 5 being allowed to weld on the line. —. 6 b) After each welder has qualified in the preliminary tests referred to 7 above, inspections shall be made of joints in the line. 8 c) Any welder making defective welds shall not be allowed to continue to 9 weld. 10 3.5 REPAIR 11 A. Repair and Field Touchup of Epoxy Coating 12 1. All repairs and field touch-up of epoxy coatings shall be per manufacturer's 13 recommended procedures. 14 2. Holidays 15 a. Remove all traces of oil,grease,dust,dirt and other debris. 16 b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit). 17 c. Apply a coat of repair material as recommended by the manufacturer. 18 d. Work repair material into scratched surface by brushing or rolling in 19 accordance with manufacturer's recommendations. 20 e. Retest for Holiday. 21 3. Field Cuts or Large Damage 22 a. If in the opinion of the City the epoxy coating is excessively damaged,the pipe 23 segment will be rejected until the coating system is removed and replaced so 24 that the system is in a like-new condition. 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field Tests and Inspections 28 1. Quality Control of Field Applied Epoxy Coating 29 a. Visual 30 1) Visually inspect cured coating to ensure that the coating is completely 31 cured with no blisters,cracks,pinholes, missed areas,excessive roughness, 32 "sticky" or"gooey"areas. 33 2) Check to ensure that the coating completely covers the steel and existing 34 coating. 35 b. Thickness 36 1) Use a magnetic dry film thickness(DFT)gauge on cured coating to ensure 37 adequate thickness has been achieved according to SSPC PA 2. 38 a) If the thickness of the coating is below the minimum specified millage 39 anywhere along the length of the pipe,then adjustments must be made to 40 the spray system to correct the problem. 41 2) At a minimum,the thickness shall be measured for every 50 square feet of 42 sprayed area. 43 c. Holiday Testing 44 1) Holiday testing shall be performed using a high voltage holiday tester at 45 each joint no sooner than 1 hour after field application of epoxy coating. 46 d. Inspection at Welding Joints CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 .. Revised July 1,2011 33 11 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 20 1 1) Any damage must be repaired. 2 2. Weld Testing 3 a. Dye penetrant tests in accordance with ASTM E165,or magnetic particle test in 4 accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed 5 by the Contractor under the supervision and inspection of the City's 6 Representative or an independent testing laboratory,on all full welded joints. -" 7 1) Welds that are defective will be replaced or repaired,whichever is deemed 8 necessary by the Engineer,at the Contractor's expense. 9 2) If the Contractor disagrees with the Engineer's interpretation of welding -- 10 tests,test sections may be cut from the joint for physical testing. The 11 Contractor shall bear the expense of repairing the joint,regardless of the 12 results of physical testing. 13 3) The procedure for repairing the joint shall be approved by the Engineer 14 before proceeding. 15 3. Deflection Testing 16 a. Prior to hydrostaticlesting,the City's inspector shall perform deflection testing 17 at a minimum rate of 1 measurement for every 2,500 linear feet of water line. 18 b. City may reject any areas not meeting the deflection requirements of this 19 Specification. 20 4. Cleaning and Testing 21 a. Cleaning,disinfection,hydrostatic testing, and bacteriological testing of water 22 mains: 23 1) Clean,flush,pig, disinfect,hydrostatic test, and bacteriological test the 24 water main as specified in Section 33 04 40. 25 5. Closed Circuit Television(CCTV)Inspection 26 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 27 accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] , 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. Revised Title by eliminating the word"buried". 9/26/2012 FNI .� 2. Revised 1.1 A by eliminating the word"buried"and changing the size from 24-inch to 16-inch. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 33 11 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 20 3. Deleted 1.10 A 3 a and c in reference to cement mortar coatings. 4. Revised 1.2 A 1 by changing referenced from Buried Steel Pipe to Steel Pipe - 5. Revised 1.2 A 2 by modifying the measurement and payment for steel fittings from lump sum to subsidiary to the steel pipe. 6. Deleted 1.3 7 h with regard to reference of AWWA C222 for polyurethane coatings. 7. Revised 1.6 by deleting references to mortar lining and polyurethane coatings. 8. Revised 2.2 B 2 by changing requirements for polyurethane coating to epoxy coating. 9. Revised 2.2 B 3 by changing requirements for cement mortar lining to epoxy lining. 10. Deleted 2.2 B 11,requirements for mortar linings. 11. Deleted 2.2 B 12,requirements for heat shrink sleeves. 12. Revised 2.2 C 1 e to address exposed pipe hanging on a bridge as opposed to buried steel pipe as it relates to pipe design. - 13. Deleted 2.2 C 1 g and h relating to buried steel pipe design. 14. Revised 2.2 C 2 by requiring all joints for the project to be welded and eliminating assumptions required for calculating thrust restraint. 15. Revised 2.2 C 3 by changing the nominal diameter to match the outside diameter instead of the inside diameter. 16. Revised table in 2.2 C 4 c 2)from"Polyurethane Coated Steel'to "Epoxy Coated Steel". 17. Deleted 2.2 C 9 c for rubber gasket joint. 18. Revised 2.2 C 10 for epoxy coatings and linings from polyurethane coating requirements. 19. Revised 2.2 C 10 g for requirements of epoxy coatings and linings in lieu of polyurethane coatings 0. Revised 2.4 B for testing requirements of epoxy coatings and linings in lieu of cement mortar lining and polyurethane coating. 21. Deleted 2.4 C 2 regarding representatives of polyurethane coating manufacturer. 22. Deleted 3.4 A 3-8 regarding installation in buried application. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 -. Revised July I,2011 3311 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 20 23. Deleted 3.4 D l for rubber gasket joints. 4. Revised 3.4 D 2 d 4)for epoxy coating in lieu of polyurethane -� coating. 25. Deleted 3.4 E regarding interior joint grouting. 26. Deleted 3.4 F,G, and H regarding buried application. 27. Revised 3.5 A regarding repair and field touch up of epoxy —. coatings. 28. Deleted 3.5 B regarding repair of cement mortar linings. 29. Revised 3.7 A regarding field quality control of coatings. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 999900-1 SPECIAL TECHNICAL SPECIFICATIONS Page 1 of 10 1 SECTION 99 99 00 2 SPECIAL TECHNICAL SPECIFICATIONS 3 4 9999.0010 BID ITEM—WATER PIPE SUPPORT AND HANGER 5 Water Pipe Supports and Hangers shall be installed in accordance with the details as shown on 6 the plans. 7 PAYMENT: Payment shall be made per each support and hanger installed at the unit price 8 shown on the proposal and will include full compensation for all labor, tools and incidentals *-- 9 necessary to complete the work. 10 11 9999.0015 BID ITEM—WATER LINE MECHANICAL EXPANSION JOINT 12 Water Line Mechanical Expansion Joints shall be installed in accordance with the details as 13 shown on the plans. 14 PAYMENT: Payment shall be made per each mechanical expansion joint installed at the unit 15 price shown on the proposal and will include full compensation for all labor,tools and incidentals 16 necessary to complete the work. 17 18 9999.0025 BID ITEM—MISC.WATER IMPROVEMENTS-FORCE ACCOUNT 19 Items bid as Force Accounts shall consist of miscellaneous water improvements and other non- 20 subsidiary items requested for construction by the City of Fort Worth and at the direction of the 21 Project Engineer. The payment to the Contractor for miscellaneous water improvements shall be 22 the actual cost of the work plus ten percent(10%)to cover the cost of bond and overhead incurred 23 by the Contractor in handling the construction. 24 25 9999.0030 BID ITEM—REMOVAL AND EXTENSION OF CONCRETE BRIDGE 26 General: Verify pertinent dimensions and elevations of the existing structure before ordering any 27 required materials. Y 28 Removal. Remove portions of the existing bridge to the lines and dimensions shown on the plans 29 or as directed. Dispose of these materials as shown on the plans or as directed. Remove any 30 railing without damaging it, and stack it neatly on the right-of-way at locations that do not •. 31 interfere with traffic or construction or at locations shown on the plans. All removed metal 32 railing remains the property of the City of Fort Worth unless otherwise shown on the plans. 33 Repair any portion of the remaining structure damaged as a result of the construction. 34 Do not use explosives to remove portions of the existing structure unless approved in writing. Do 35 not use a demolition ball, other swinging weight,or impact equipment unless shown on the plans. 36 Use pneumatic or hydraulic tools for final removal of concrete at the"break" line. Use removal "® 37 equipment, as approved,that will not damage the remaining concrete. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD ,, October 25,2012 00909 999900-2 SPECIAL TECHNICAL SPECIFICATIONS Page 2 of 10 1 Reuse of Removed Portions of Structure. Detach and remove all portions of the old structure that 2 are to be incorporated into the extended structure to the lines and details as specified on the plans 3 or as directed. Move the unit to be reused to the new location specified using approved methods. 4 Place the reinforcement and extension concrete according to the plans. 5 Breaking Back Bridge Slabs. For bridge slabs, saw the top surface of the slab along the"break" 6 line to a depth of inch before breaking back. Do not cut the reinforcement at the"break"line. 7 Sever the concrete at the"break" line. Do not damage the remaining reinforcement within 1 lap 8 length of the"break"line during removal of the designated portion of the existing structure. 9 Splicing ReinforcingSteel.teel. Splice new reinforcing bars to exposed bars in the existing structure 10 using lap splices in accordance with TxDOT Item 440,"Reinforcing Steel,"unless otherwise 11 shown on the plans. The new reinforcing steel does not need to be tied to the existing steel 12 provided the lap length is attained. Weld in accordance with TxDOT Item 448,"Structural Field 13 Welding,"when welded splices are permitted. Install any required dowels in accordance with 14 TxDOT Item 420,"Concrete Structures." 15 Concrete Preparation. Roughen and clean concrete surfaces that are in contact with new - 16 construction before placing of forms. Prepare these construction joint surfaces in accordance 17 with TxDOT Item 420,"Concrete Structures." Finish and cure roadway slabs in accordance with 18 TxDOT Item 420,"Concrete Structures." 19 Extension of Concrete Bridge. The work performed and materials furnished shall be in 20 accordance with TxDOT Item 420,"Concrete Structures." 21 PAYMENT: Payment shall be made per lump sum at the unit price shown on the proposal and 22 will include full compensation for all labor,tools and incidentals necessary to complete the work. 23 Payment shall include full compensation for removing and disposing of the designated portion of 24 the existing structure; removing, stockpiling if necessary; cleaning, bending, and cutting of 25 exposed reinforcing steel; splicing of new reinforcing steel to existing reinforcing steel; 26 installation of dowels; and cleaning and preparing existing concrete surfaces. Any additional 27 work necessary to extend the bridge as shown on the plans shall be considered subsidiary to 28 the unit price bid for this item and other unit prices bid for the various structural elements. 29 -. 30 9999.0035 BID ITEM—18-INCH DIAMETER DRILLED SHAFTS 31 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 32 Bridges 2004 Edition, Item No. 416, "Drilled Shaft Foundations" for specifications governing 33 this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 34 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 35 proposal and will include full compensation for all labor, tools and incidentals necessary to 36 complete the work. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-3 SPECIAL TECHNICAL SPECIFICATIONS Page 3 of 10 1 2 9999.0040 BID ITEM—30-INCH DIAMETER DRILLED SHAFTS 3 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 4 Bridges 2004 Edition, Item No. 416, "Drilled Shaft Foundations" for specifications governing 5 this item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 6 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 7 proposal and will include full compensation for all labor, tools and incidentals necessary to 8 complete the work. 9 10 9999.0045 BID ITEM—CLASS C CONCRETE(ABUT) 11 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 12 Bridges 2004 Edition,Item No. 420, "Concrete Structures"for specifications governing this item. 13 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 14 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 15 will include full compensation for all labor,tools and incidentals necessary to complete the work. 16 17 9999.0050 BID ITEM—CLASS C CONCRETE(BENT) 18 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 19 Bridges 2004 Edition, Item No.420, "Concrete Structures"for specifications governing this item. 20 htip:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/speebook.pdf 21 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 22 will include full compensation for all labor,tools and incidentals necessary to complete the work. 23 24 9999.0055 BID ITEM—CLASS S CONCRETE (APPROACH SLAB) 25 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 26 Bridges 2004 Edition,Item No. 420, "Concrete Structures"for specifications governing this item. 27 hitp:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 28 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 29 will include full compensation for all labor,tools and incidentals necessary to complete the work. 30 SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD ... October 25,2012 00909 999900-4 SPECIAL TECHNICAL SPECIFICATIONS Page 4 of 10 1 9999.0060 BID ITEM—REINFORCED CONCRETE SLAB(EXTENSION SLAB) 2 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 3 Bridges 2004 Edition,Item No.422,"Reinforced Concrete Slab"for specifications governing this 4 item. http:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf All reinforcing bars shall 5 be epoxy coated. 6 This bid item includes concrete for illumination pole brackets which shall be placed 7 monolithically with the bridge slab extension. 8 PAYMENT: Payment shall be made per square yard at the unit price shown on the proposal and 9 will include full compensation for all labor,tools and incidentals necessary to complete the work. 10 .. 11 9999.0065 BID ITEM—PRESTRESSED CONCRETE BEAMS(TYPE C) 12 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 13 Bridges 2004 Edition, Item No. 425, "Precast Prestressed Concrete Structural Members" for 14 specifications governing this item. hgp:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 15 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 16 proposal and will include full compensation for all labor, tools and incidentals necessary to 17 complete the work. 18 19 9999.0070 BID ITEM—SURFACE FINISH FOR CONCRETE (EPDXY WATERPROOF) 20 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 21 Bridges 2004 Edition,Item No.427, "Surface Finishes for Concrete"for specifications governing 22 this item.. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 23 PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and 24 will include full compensation for all labor,tools and incidentals necessary to complete the work. 25 26 9999.0075 BID ITEM—RIPRAP (CONC-51 27 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 28 Bridges 2004 Edition, Item No. 432, "Riprap" for specifications governing this item. 29 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 30 PAYMENT: Payment shall be made per cubic yard at the unit price shown on the proposal and 31 will include full compensation for all labor,tools and incidentals necessary to complete the work. 32 33 9999.0080 BID ITEM—RAILING(TYPE T551) 34 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 35 Bridges 2004 Edition, Item No. 450, "Railing" for specifications governing this item. 36 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 37 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 38 proposal and will include full compensation for all labor, tools and incidentals necessary to 39 complete the work. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-5 SPECIAL TECHNICAL SPECIFICATIONS Page 5 of 10 1 2 9999.0085 BID ITEM—SEALED EXPANSION JOINT (SEJ-A) 3 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 4 Bridges 2004 Edition, Item No. 454, "Bridge Expansion Joints" for specifications governing this 5 item. http:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 6 This bid shall include the installation of an ADA approved rubber safety cover system(RSC) 7 across the expansion joints along within the 12-foot wide sidewalk. RSC shall be MM Systems' 8 Model RSC Slab-to-Slab, or approved equal. 9 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 10 proposal and will include full compensation for all labor, tools and incidentals necessary to 11 complete the work. 12 13 9999.0090 BID ITEM—CUSTOM PEDESTRIAN RAIL 14 Custom pedestrian rail shall be constructed as per the structural details as shown on the plans. 15 Contractor shall provide sealed engineering shop drawings of the decorative handrail based upon 16 the concept drawings provided in the plans. Handrail shall conform to all applicable codes and 17 standards. Handrail shall be hot dip galvanized. Handrail posts to match bolt pattern spacing -- 18 shown on the bridge plans and details. Contractor shall provide two in color sample mock-ups or 19 2 complete railing sections for review and approval by the City of Fort Worth. Final color 20 selections will be based upon approval of mock-up. 21 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 22 proposal and will include full compensation for all labor, tools and incidentals necessary to 23 complete the work. 24 25 9999.0095 BID ITEM—MONOLITHIC NOSE 26 Monolithic median noses shall be constructed in accordance with the lengths and widths as shown 27 on the plans and concrete paving details. Concrete paving shall be installed in accordance with 28 City of Fort Worth Specification 32 13 13 "Concrete Paving". 29 PAYMENT: Payment shall be made per square foot at the unit price shown on the proposal and 30 will include full compensation for all labor,tools and incidentals necessary to complete the work. 31 SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-6 SPECIAL TECHNICAL SPECIFICATIONS Page 6 of 10 1 9999.0100 BID ITEM — RELOCATE EXISTING CATTLE GUARD AND STEEL PIPE 2 ENTRY 3 The existing cattle guard steel pipe entry shall be removed and relocated to the new location as 4 shown on the plans. The reinstallation shall be in good condition equal to or better than existing 5 condition. Additional materials necessary for the reinstallation shall be provided using the same 6 or better quality material, all at no extra pay. The Contractor shall be responsible for repairing 7 any damage caused by the Contractor with equal or better quality material at the Contractor's 8 expense. 9 PAYMENT: Payment shall be made per each cattle guard and steel pipe entry relocated at the .� 10 unit price shown on the proposal and will include full compensation for all labor, tools and 1 I incidentals necessary to complete the work. 12 13 9999.0105 BID ITEM—RELOCATE EXISTING CATTLE GUARD 14 The existing cattle guard shall be removed and relocated to the new location as shown on the 15 plans. The reinstallation shall be in good condition equal to or better than existing condition. 16 Additional materials necessary for the reinstallation shall be provided using the same or better 17 quality material,all at no extra pay. The Contractor shall be responsible for repairing any damage 18 caused by the Contractor with equal or better quality material at the Contractor's expense. 19 PAYMENT: Payment shall be made per each cattle guard relocated at the unit price shown on 20 the proposal and will include full compensation for all labor, tools and incidentals necessary to 21 complete the work. 22 23 9999.0110 BID ITEM—RELOCATE EXISTING DECORATIVE ENTRY 24 The existing decorative entry (white) shall be removed and relocated to the new location as 25 shown on the plans. The reinstallation shall be in good condition equal to or better than existing 26 condition. Additional materials necessary for the reinstallation shall be provided using the same 27 or better quality material, all at no extra pay. The Contractor shall be responsible for repairing 28 any damage caused by the Contractor with equal or better quality material at the Contractor's 29 expense. 30 PAYMENT: Payment shall be made per each decorative entry relocated at the unit price shown 31 on the proposal and will include full compensation for all labor,tools and incidentals necessary to 32 complete the work. -- 33 34 9999.0115 BID ITEM—PEDESTRIAN RAIL (TYPE PRI) 35 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 36 Bridges 2004 Edition, Item No. 450, "Railing" for specifications governing this item. 37 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 38 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 39 proposal and will include full compensation for all labor, tools and incidentals necessary to 40 complete the work. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-7 SPECIAL TECHNICAL SPECIFICATIONS Page 7 of 10 1 - 2 9999.0120 BID ITEM—MBGF 3 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 4 Bridges 2004 Edition, Item No. 540,"Metal Beam Guard Fence"for specifications governing this 5 item. http:Hftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 6 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 7 proposal and will include full compensation for all labor, tools and incidentals necessary to 8 complete the work. 9 10 9999.0125 BID ITEM—SINGLE GUARDRAIL TERMINAL 11 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 12 Bridges 2004 Edition,Item No. 540,"Metal Beam Guard Fence"for specifications governing this 13 item. http: /ft.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 14 PAYMENT: Payment shall be made per each installed at the unit price shown on the proposal 15 and will include full compensation for all labor, tools and incidentals necessary to complete the 16 work. 17 18 9999.0130 BID ITEM—STONE COLUMN ON INTEGRAL FOUNDATION 19 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 20 Bridges 2004 Edition, Item No. 423, "Retaining Walls" for specifications governing this item. 21 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook_pdf 22 Integral column foundation and stone column shall be constructed as per the plan and profile and 23 retaining wall structural details as shown on the plans. 24 Stone veneer and cap may utilize stones from existing column or be replaced with a veneer and 25 cap matching the existing column. 26 This bid item shall include the relocation of existing uplighting for the column. This bid item 27 shall also include the electrical wiring necessary for the relocation. 28 PAYMENT: Payment shall be made per each stone column installed at the unit price shown on 29 the proposal and will include full compensation for all labor, tools and incidentals necessary to 30 complete the work. 31 32 9999.0135 BID ITEM—PATTERNED AND STAINED CONCRETE RETAINING WALL 33 (RETAINING WALLS A,B& D) 34 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 35 Bridges 2004 Edition, Item No. 423, "Retaining Walls" for specifications governing this item. 36 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 37 Pattern and stained concrete retaining walls shall be constructed as per the plan and profiles, 38 retaining wall sections and schedule,and retaining wall structural details as shown on the plans. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-8 SPECIAL TECHNICAL SPECIFICATIONS Page 8 of 10 1 PAYMENT: Payment shall be made by the square foot of the front surface area of the wall at the 2 unit price shown on the proposal and will include full compensation for all labor, tools and 3 incidentals necessary to complete the work. This is a plans quantity measurement item. The 4 quantity to be paid is the quantity shown in the proposal. 5 6 9999.0140 BID ITEM — ILLUMINATION POLE ATTACHMENT TO EXISTING 7 BRIDGE 8 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 9 Bridges 2004 Edition,Item No. 422,"Reinforced Concrete Slab"for specifications governing this 10 item. http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pddf 11 The illumination pole attachment shall be constructed as per the structural light pole attachment - 12 details as shown on the plans. See Miscellaneous Details sheet. 13 PAYMENT: Payment shall be made per each attachment installed at the unit price shown on the 14 proposal and will include full compensation for all labor, tools and incidentals necessary to 15 complete the work. 16 - 17 9999.0170 BID ITEM—MISCELLANEOUS UTILITIES-FORCE ACCOUNT 18 Items bid as Force Accounts shall consist of miscellaneous utility adjustments and other non- 19 subsidiary items requested for construction by the City of Fort Worth and at the direction of the 20 Project Engineer. The payment to the Contractor for miscellaneous utility adjustments shall be 21 the actual cost of the work plus ten percent(10%)to cover the cost of bond and overhead incurred - 22 by the Contractor in handling the utility adjustments. 23 24 9999.0175 BID ITEM—MISCELLANEOUS CONSTRUCTION-FORCE ACCOUNT 25 Items bid as Force Accounts shall consist of miscellaneous construction and other non-subsidiary 26 items requested for construction by the City of Fort Worth and at the direction of the Project 27 Engineer. The payment to the Contractor for miscellaneous construction shall be the actual cost 28 of the work plus ten percent (10%) to cover the cost of bond and overhead incurred by the 29 Contractor in handling the construction. - 30 SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-9 SPECIAL TECHNICAL SPECIFICATIONS Page 9 of 10 1 9999.0180 BID ITEM — ALTERNATE BID - CUSTOM PEDESTRIAN RAIL ON 2 EXISTING BRIDGE 3 Custom pedestrian rail shall be constructed as per the structural details as shown on the plans. 4 Contractor shall provide sealed engineering shop drawings of the decorative handrail based upon 5 the concept drawings provided in the plans. Handrail shall conform to all applicable codes and 6 standards. Handrail shall be hot dip galvanized. Handrail posts to match bolt pattern spacing 7 shown on the bridge plans and details. Contractor shall provide two in color sample mock-ups or 8 2 complete railing sections for review and approval by the City of Fort Worth. Final color 9 selections will be based upon approval of mock-up. 10 This bid item shall include the removal and disposal (if necessary) of the existing chain link 11 bicycle rail(Type B221). Remove railing without damaging it,and stack it neatly on the right-of- 12 way at locations that do not interfere with traffic or construction or at locations shown on the 13 plans. All removed metal railing remains the property of the City of Fort Worth unless otherwise 14 directed. 15 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 16 proposal and will include full compensation for all labor, tools and incidentals necessary to 17 complete the work. 18 19 9999.0185 BID ITEM—COMMUNICATION GROUND BOX(TYPE Cl) 20 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 21 Bridges 2004 Edition, Item No. 624, "Ground Boxes" for specifications governing this item. 22 http.//ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 23 Ground box shall meet the requirements listed on City of Fort Worth, Texas standard detail 24 "Installation Detail Traffic Signal Communication Ground Box." 25 Backfill shall conform to the requirements of TxDOT Item No.400, "Excavation and Backfill for 26 Structures." Excavation and backfilling will be subsidiary to the installation of the ground box. 27 PAYMENT: Payment shall be made per each Communication Ground Box installed of the types 28 and sizes specified at the unit price shown on the proposal and will include full compensation for 29 all labor,tools and incidentals necessary to complete the work. 30 31 9999.0190 BID ITEM—4"PVC CONDUIT/BRIDGE MOUNTED 32 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and 33 Bridges 2004 Edition, Item No. 618, "Conduit" for specifications governing this item. 34 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.pdf 35 Conduit shall be Schedule 40 and include a nylon pull string. 36 Conduit hangers shall conform to the TxDOT details provided on Sheet 202 of the plans 37 "Electrical Details—Conduit ED(1)-03." 38 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 39 proposal and will include full compensation for all labor,tools and incidentals necessary to 40 complete the work. 41 SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 999900-10 SPECIAL TECHNICAL SPECIFICATIONS Page 10 of 10 r.. 1 9999.0195 BID ITEM—4" PVC CONDUIT 2 See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets,and 3 Bridges 2004 Edition, Item No. 618, "Conduit" for specifications governing this item. 4 http://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook.12df 5 Conduit shall be Schedule 40 and include a nylon pull string and tracer wire. -» 6 Backfill shall conform to the requirements of TxDOT Item No. 400, "Excavation and Backfill for 7 Structures." Excavation and backfilling will be subsidiary to the installation of the ground box. 8 PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the 9 proposal and will include full compensation for all labor,tools and incidentals necessary to 10 complete the work. SPECIAL TECHNICAL SPECIFICATIONS LITSEY ROAD October 25,2012 00909 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination-None GR-01 60 00 Product Requirements CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 GC-4.01 Availability of Lands Parcel 2—United States of America,Department of the Army Easement for Public Road or Street All other Parcels—See Right-of-Way Map, Sheets 63-65 in the Plans rr CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 .�r NO. DACW63-2-01-0518 DEPARTMENT OF THE ARMY EASEMENT FOR PUBLIC ROAD OR STREET LOCATED ON GRAPEVINE LAKE DENTON COUNTY, TEXAS *^ THE SECRETARY OF THE ARMY under and by virtue of the authority vested in the Secretary by Title 10, United States Code, Section 2668, having found that the granting of this easement will not be against the public interest, hereby grants to Denton County, hereinafter referred to as the grantee, an easement for a road or street, hereinafter referred to as the _. facilities, over, across, in and upon the lands of the United States as identified as Tract F-512A in Exhibits A, B and C, attached hereto and made a part hereof, hereinafter referred to as the premises . THIS EASEMENT is granted subject to the following conditions: 1 . TERM This easement is granted in perpetuity. 2 . CONSIDERATION The consideration for this easement shall be the construction, operation and maintenance of a public road `or the benefit of the United States and the general public in accordance with the terms herein set forth. 3 . NOTICES All correspondence and notices to be given pursuant to this - easement shall be addressed, if to the grantee, to Denton County, Post Office Box 2850 , Denton, Texas 76202; and if to the United States, to the District Engineer, Attention: Chief, Real Estate Division CESWF-RE-MM, Post Office Box 17300, Fort Worth, Texas 76102-0300, or as may from time to time otherwise be directed by the parties . Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope or wrapper w addressed as aforesaid, and deposited, postage prepaid, in a post office regularly maintained by the United States Postal Service. 4 . AUTHORIZED REPRESENTATIVES Except as otherwise specifically provided, any reference herein to "Secretary" , "District Engineer" , or "said officer" shall include their duly authorized representatives . Any reference to "grantee" shall include assignees, transferees and their duly authorized representatives. 5. SUPERVISION BY THE DISTRICT ENGINEER The construction, operation, maintenance, repair or replacement of said facilities, including culverts and other drainage facilities, shall be performed at no cost or expense to the United States and subject to the approval of the District Engineer, Fort Worth District, hereinafter referred to as said officer. Upon the completion of any of the above activities, the Grantee shall immediately restore the premises to the satisfaction of said officer. The use and occupation of the premises for the purposes herein granted shall be subject to such rules and regulations as said officer prescribes in writing from w time to time . 6 . APPLICABLE LAWS AND REGULATIONS The grantee shall comply with all applicable Federal, state, county and municipal laws, ordinances and regulations wherein the premises are located. 7 . CONDITION OF PREMISES The grantee acknowledges that it has inspected the premises, knows *the condition, and understands that the same is granted without any representation or warranties whatsoever and without any obligation on the part of the United States. S. INSPECTION AND REPAIRS The grantee shall inspect the facilities at reasonable intervals and immediately repair any defects found by such ,.. r inspection or when required by said officer to repair any such defects . 7 9 . PROTECTION OF GOVERNMENT PROPERTY �. The grantee shall be responsible for any damage that may be caused to property of the United States by the activities of the grantee under this easement, and shall exercise due diligence in the protection of all property located on the premises against fire or damage from any and all causes . Any property of the United States damaged or destroyed by the grantee incident to the exercise of the privileges herein granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to said officer, or at the election of said officer, reimbursement made therefor by the grantee in an amount necessary to restore or replace the property to a condition satisfactory to said officer. 10 . RIGHT TO ENTER The right is reserved to the United States, its officers, agents, and employees to enter upon the premises at any time and for any purpose necessary or convenient in connection with government purposes, to make inspections, to remove timber or other material, except property of the grantee, to flood the premises and/or to make any other use of the lands as may be necessary in connection with government purposes, and the grantee shall have no claim for damages on account thereof against the United States or any officer, agent, or employee thereof. F' 11. RIGHT TO CONNECT The United States reserves the right to make such connections between the road or street herein authorized and roads and streets on other government lands as said officer may , from time consider necessary, and also reserves to itself rights- of-way for all purposes across, over or under the right-of-way hereby granted; provided that such rights shall be used in a •• manner that will not create unnecessary interference with the use and enjoyment by the grantee of the right-of-way herein granted. 12 . OTHER AGENCY AGREEMENTS It is understood that the provisions of the conditions on SUPERVISION BY THE DISTRICT ENGINEER and RIGHT TO ENTER above shall not abrogate or interfere with any agreements or commitments made or entered into between the grantee and any other agency of the United States with regard to financial aid to the grantee in connection with the construction, maintenance, or repair of the facilities herein authorized. 13 . TERMINATION This easement may be terminated by the Secretary upon 30 days written notice to the grantee if the Secretary shall determine that the right-of-way hereby granted interferes with the use or disposal of said land by the United States, or it may . be revoked by the Secretary for failure of the grantee to comply with any or all of the conditions of this easement, or for non- use for a period of two (2) years, or for abandonment . 14 . SOIL AND WATER CONSERVATION ^ The grantee shall maintain, in a manner satisfactory to said officer, all soil and water conservation structures that may be in existence upon said premises at the beginning of or that may be constructed by the grantee during the term of this easement, and the grantee shall take appropriate measures to prevent or control soil erosion within the right-of-way herein granted. Any soil erosion occurring outside the premises resulting from the activities of the grantee shall be corrected by the grantee as directed by said officer. 15 . ENVIRONMENTAL PROTECTION a. Within the limits of their respective legal powers, the parties hereto shall protect the premises against pollution of. its air, ground and water. The grantee shall comply with any laws, regulations, conditions or instructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, state, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically ..- prohibited. Such regulations, conditions, or instructions in effect or prescribed by the said Environmental Protection Agency, or any Federal, state, interstate or local governmental agency are hereby made a condition of this easement . The grantee shall not discharge waste or effluent from the premises in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance . b. The use of any pesticides or herbicides within the premises shall be in conformance with all applicable Federal, state, interstate, and local laws and regulations. The grantee must obtain approval in writing from said officer before any pesticides or herbicides are applied to the premises . C. The grantee will use all reasonable means available to protect the environment and natural resources, and where damage nonetheless occurs arising from the grantee ' s activities, the grantee shall be liable to restore the damaged resources . 16 . HISTORIC PRESERVATION The grantee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archeological, architectural or other cultural artifacts, relics, remains, or objects of antiquity. In the event such items are discovered on the premises, the grantee shall immediately notify said officer and protect the site and the material from further disturbance until said officer gives clearance to proceed. 17 . NON-DISCRIMINATION a. The grantee shall not discriminate against any person or persons because of race, color, age, sex, handicap, national origin or religion. b. The grantee, by acceptance of this easement, is receiving a type of Federal assistance and, therefore, hereby gives assurance that it will comply with the provisions of Title VI of the Civil Rights Act of 1964 as amended (42 U. S.C. . 2000d) ; the Age Discrimination Act of 1975 (42 U.S.C. . 6102) ; the Rehabilitation Act of 1973, as amended (29 U. S.C. , 794) ; and all requirements imposed by or pursuant to the Directive of the Department of Defense (32 CFR Part 300) issued as Department of Defense Directive 5500 .11 and 1020.1, and Army Regulation 600-7. This assurance shall be binding on the grantee, its agents, successors, transferees, and assignees. 18 . RESTORATION On or before the termination or revocation of this easement, the grantee shall, without expense to the United States and within such time as said officer may indicate, restore the premises to the satisfaction of said officer. In the event the grantee shall fail to restore the premises, at the option of said officer, said improvements shall either become the property of the United States without compensation therefore, or said officer shall have the option to perform the restoration at the expense of the grantee, and the grantee shall have no claim for damages against the United States or its officers or agents for such action. -19 . DISCLAIMER " This instrument is effective only insofar as the rights of the United States in the premises are concerned; and the grantee shall obtain such permission as may be required on account of any other existing rights . It is understood that the granting of this easement does not eliminate the necessity for obtaining any Department of the Army permit which may be required pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3 .. March 1899 (30 Stat . 1151;33 U.S.C. . 403) , Section 404 of the Clean Water Act (33 U.S .C. . 1344) or any other permit or license which may be required by Federal, state, interstate or local laws in connection with the use of the premises . 20. ADDED CONDITION The Mitigation Plan is attached as Exhibit D. and made apart hereof. All plantings for mitigation of resources lost must be coordinated with the Grapevine Lake Manager at (817) 481-4541. The attached mitigation plan is acceptable with the exception that a 3 :1 replacement ratio is required. This will require planting approximately 2 . 6 acres of trees and shrubs . Most of the planting will be done in the Wildlife Management Area near Cleveland-Gibbs Road, although the construction license area will be replanted as much as possible. The proposed planting densities (30 large trees and 60 small trees) are acceptable. In addition, " the construction should avoid the large (27" DBH) Pecan tree as well as other Pecans and the Bur Oak trees located in the area. These trees should be adequately marked or fenced to deter any accidental damage during construction. If these trees are either removed or damaged, the mitigation ratio will be revised upward to reflect the increased value of the trees lost . The 80% survival rate is acceptable; however, the survival rate will be required at the end of each growing season for three successive growing seasons . The grantee shall be required to water the newly planted trees thoroughly during dry periods to ensure that the trees survive rather than replanting them numerous times . �., Any areas disturbed during construction must be restored tc natural contours and replanted with native grasses (approved by project personnel) . All construction materials and debris will be ••► removed government property after construction is completed." THIS EASEMENT is not subject to Title 10, United States Code, Section 2662, as amended. IN WITNESS WHEREOF, I have hereunto set my hand by authority " of the Secretary of the Army, this day of 2000. r� Hyla J. Head Chief, Real Estate Division r THIS EASEMENT is also executed by the grantee this day of 2000 . Denton County Name/Title r ter, r " CERTIFICATE I, certify that I am the of Denton County, named as a grantee herein; that , who signed this Easement on behalf of Denton County, was then of Denton County; and that said Easement was duly signed for and on behalf of Denton County by authority of its governing body and is within the scope of its legal powers. Date (Title) NOTE: Please have someone other than the person who signs the Easement, complete and sign this form. � r.fie. • M r � .nil. Willill 11111 oil !"I ��ti1,11i' � � 11�111 elili:d 1611�YQQ�QYQ���Ifiil� 10 REPO a BRUM ME lit. IMIR YRV soilFry N PKI,ME �1idF� �y �yp9bdN: ,sP,, y�'' ""d os'ff'6 g . No i 4 6 1 _ , t I � l ! MON. I �• uil 10l 1 % : MEY ROAD 1 1 POINT OF POINT IN n DETAIL A LITSEY ROAD yi� BEGINNING SCALE M1 50• z l � PARENT TRACT •� 1 ■exr.r.aaev � l 1 1. 141 00. 59'1 l FND.C.O.E.MON. F512-6 1 LITSEY ROAD �' POINT 1N jl CORP OF EAGINEERS �P - LITSEY ROAD GRAPEVINE RESERVOIR 4, DETAIL. 'L3' ! vo���v8 SCALE T'+So' ! ` i CREEX-Cl.• 53JO ACRES MAIUNG ADDRESS: RCANOKE LAND PARTNERS,LTD. FaisoX A3oo CO.CLERK NO.99-0075117 /' FART WORTH.TX 76102 /ROANDKE LAND PARTNERS,LTD. 441.90 ACRESRSS GATED 7 Cj f CO.CLERK NO.99-0075117 O.R.O.C.T. GATED 7-23.99 1 i� 66.42 ACRES D.R.D.C.T. SEE DETAIL 'A' i' % / SEE DETAIL 'B' V M foE.►IOII i �ro.c.D.Ellola LITSEY ROAD rT12-6 WROPOSED uo'R.o.rJ 0? CA,.1 TENCE 14.00 170 - ____tloo _____ ezwo------ es• flee+1 srE _r• .-----' LITSEY ROAD --_ - ----,-------------1------------ - ----^----T----- --- -- ------- _ --------- _- _--------- 7__ ------- - ° i 1 4 NY ROAD e 1 e W SOUTHWESTERN BELL ' DEDICATIOtl ' PC.SIT-443 1 I CAB.E►C 5 I — -� /R0. T.. i wLat.T. POINT OF - ---- I 14"h4CC ```1 1 I LEGEND BEGINNING 0.1019 ACRES �T "Oposm !EXISTING RIGHT—OF—WAY) j�J AWT-W-WAY mic ® Ir�dIT-OF-B'AT FIGURE 2 m C Ski•SFLR / CE%ISTINGORHERJPOHT 0.4778 ACRE RIGHT-OF-WAY (ROW-6) — 0.1019 ACRE EXISTING RIGHT-OF-WAY -- 0.3759 ACRE NET TAKING AREA OUT OF THE F.HUSTON SURYEY,A-397 DENTON COUNTY.TEXAS BY THALFF ASSOCIATES TOTAL AREA OF 4000 FOSSIL CREEK BLVD. EASEMENT FORT NORTH,TEXAS 75137 o so leo 'WAI 9 BV FEET EXHIBIT 3 FIGURE 2 ROW-6 EXHIBIT"A" LEGAL DESCRIPTION TRACT ROW-6 BEING a tract of land located in the F. Huston Survey,Abstract No. 597, Denton County,Texas and being a part of a called 53.10 acre tract of land conveyed to the USA Corps of Engineers (F-512A tract),according to the deed described in Volume 290, Page 218, of the Deed Records of Denton County,Texas(D.R.D.C.T.) and being more particularly described as follows: BEGINNING at a point in Litsey Road at the southwest corner of said 53.10 acre tract of land and in the south line of said F.Huston Survey,said point also being the southeast comer of a 441.90 acre tract of land conveyed to Roanoke Land Partners ltd.,as recorded in County Clerk Filing Number 99-0075117;of the D.R.D.C.T.; • THENCE North 07 degrees 35 minutes 05 seconds East along the west line of said 53.10 acre tract passing aCorp of Engineers Monument located a distance of 18.60 feet and in - all a distance of 81.99 feet to a 1/2 inch iron rod with a yellow cap stamped "Halff 'Associates, Inc. (herein after referred to as"with cap")set for a comer; THENCE North 89 degrees 48 minutes 51 seconds East, departing said west line, for a distance of 274.37 feet to a 1/2 inch iron rod with cap set in the east property line of said 53.10 acre tract for a comer; THENCE South 29 degrees 07 minutes 29 seconds West along said east line passing a Corp of Engineers Monument at 71.87 feet and in all a distance of 92.47 feet to a point in Litsey Road at the southeast corner of said 53.10 acre tract,said point also being in the south line of said Huston Survey for a corner; THENCE South 89 degrees 40 minutes 12 seconds West along said south line,for a distance of 240.19 feet to the POINT OF BEGINNING and containing 20,814 square feet or 0.4778 acres of the land total,more or less of which 4,438 square feet or 0.10 19 acres of land within the existing right-of-way,more or less and leaving 16,376 square feet or 0.3759 acres of land within the taking,more or less. EXHIBIT C 1 Mitigation Plan SEE .CONDITION 20 OF EASEMENT On July 11,2000, Halff conducted a site visit to inventory the various natural resources within the proposed easement (hereafter referred to as study area). A tree survey of all species with a d.b.h. > 3.5" was conducted using four{4) 50'x50' plots in an effort to characterize woody vegetation. Tree growth within the study area was evenly distributed which helped eliminate bias in the survey. In addition,the entire study area was walked to characterize understory vegetation and to ensure that the plots were representative of the local area, and to ensure that significant specimens were not over or under represented. As shown in Table 1, the study area is predominantly a cedar elm thicket containing secondary growth individuals. Tree density may vary between 200-300 trees per acre. A few larger specimens were located adjacent to the meandering tributary channel. Understory vegetation was typical of bottomland forests in the area and was dominated by greenbriar species intermixed with poison ivy and deciduous holly. During subsequent visits, specimen trees were tagged and surveyed in the field. As shown in Figure 5, the grading plan for areas adjacent to Corps property was modified to accommodate and preserve the majority of these specimen trees most notablya 2T' can with the exception of one 17-inch d.b.h. cedar elm Preservation o such trees will provide a seed source for future colonization of cleared areas. TABLE 1-LrrsEY ROAD TREE SURVEY REsuLTs American 1 4 8 9 Elm Bois d'arc 1 1 I - - 2 7-9 4 4 6 6 Cedar elm 14 9 13 13 49 10-12 4 2 1 3 Green ash - - 1 3 4 13-15 2 1 - - Hackberry 6 - 1 1 8 16-18 1 - - - Honeylocust - 1 - - 1 19-21 - - - - Pecan - 1 - 1 2 22-29 - 1 - - Total: 22 12 15 18 67 >30. In an effort to compensate for unavoidable impacts to natural resources within the project corridor, _ a mitigation plan was developed based on a previously established Memorandum of Agreement between TxDOT-Dallas and Texas Parks and Wildlife for impacts to riparian communities.. The proposed plan will replace lost vegetation on an acre-per-acre basis and not on a plant-to-plant basis. The amountof mitigation in the MOA was established at a 1:1 ratio (i.e. 1 acre of mitigation per 1 acre.impacted).- The impacted).The proposed Litsey Road Extension project will impact less than 1 acre of bottomland hardwood forest within study area. In an effort to increase species diversity, the mitigated acreage will be planted in clumped distributions at a density of 30 large trees (1-inch caliper) and 60-small shrub - species per acre and will be planted in accordance with the species composition as outlined in EXHIBIT D Table 2 below. In the event that some species are not available at the time of planting, changes may be made to the species list upon approval of the Lake Grapevine Corps' Office. Halff believes that significant effort has been put forth in the design phase of the project to avoid and minimize impacts to natural resources and that the proposed mitigation plan would adequately mitigate for unavoidable impacts. TABLE 2-MITIGATION SPECIES DIS'T'RIBUTION AND COMPosmoN LIST Bur Oak(Quer!" ! arpa) ZS R o.e 12 per acre Shumard Red Os shumardir) 25 R O.C. per acre Pecan(Carya f 25 R ox. 8 per acre Black Walnut(Juglam nigra) 25 R ox. 4 per acre Deciduous Holly(Des decidua) 10-15 R ox. 10 per acre Specify females(2:1) Mexican Plum(Prunus mexicana) 10-15 R G.C. 20 per acre Common Persimmon(DiasWos virginiana) 10-15 R ox. 10 per acre Specify females(2:1) Flameleaf Sumac(Rhus lanceolata) 10-15 R o.c. 1 20 per acre Specify females(2:1) Due'to the linear nature of the project, mitigation within the right-of-way will be difficult and impractical, therefore Denton County would propose to mitigate on Corps property in or near the impacted property or on another Corps tract if deemed appropriate. Denton County shall be responsible for maintaining an 80 percent survival rate for all tree plantings for a period of two years. In the event that the 80 percent survivability criteria is not met during the monitoring period, Denton County will supplement surviving vegetation with new plantings necessary to reach the 80 percent survival. An initial inspection and report documenting the state of mitigation areas will be prepared and submitted to the USACE upon project completion. Subsequent reports will be prepared annually for five years following project completion and submitted to USACE for ° " evaluation and approval. .r r Intentionally Left Blank GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 GEOTECHNICAL ENGINEERING STUDY LITSEY ROAD CLEVELAND GIBBS ROAD TO INDEPENDENCE PARKWAY Presented To: Halff Associates, Inc. September 2011 PROJECT NO. 117-11-144 Intentionally Left Blank Pee Drive VCMJ ENGINEERING, INC. Fort W th,Texasr 6118 vrWW.Cmjengr.,com September 21, 2011 Report No. 117-11-144 Halff Associates, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 Attn: Mr, Jerry F. Roberts, P.E GEOTECHNICAL ENGINEERING STUDY LITSEY ROAD CLEVELAND GIBBS ROAD TO INDEPENDENCE PARKWAY FORT WORTH, TEXAS Dear Mr. Roberts: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 09-2960 (Revised) dated September 13, 2010. The geotechnical services were authorized on July 21, 2011, Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Halff Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, ��``���"��' OF CMJ ENGINEERING,INC. s`�P��0•••1#000- TEXAS FIRM REGIS 77 %sq s # eeo select eeeNeewePele weNeeee4lee• CHARLES.M. eaeaweJAt.{SON �weeewee oweessreee+eogeeeaw arles M Jae6Fs 0,4608 tae �� Senior Geotechnical Consultant �� �. ••�' �S •• °� Texas No. 46088 �;Sj�°°°•°e�fi1 91i1f A L L�)>A„��. �� copies submitted: (3) Mr. Jerry F. Roberts, P E.; Halff Associates, Inc. (by mail) (1) Mr. Jerry F. Roberts, P.E.; HalffAssociates, Inc. (by e-mail) (1) Mr. Ben McGahey, P E.; Halff Associates, Inc. (by e-mail) �- Phone(817)284-9400 Fax(817)589-9993 Metro(8177)589-9992 r�lr TABLE OF CONTENTS .. Page 1 0 INTRODUCTION---------------__ 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------- --_�______________2 3.0 SUBSURFACE CONDITIONS--------- - ------ ------------ ------ -4 4.0 PAVEMENT DESIGN------------ _ 5 5.0 EARTHWORK--------------- ._ 10 6.0 RETAINING WALL RECOMMENDATIONS ----- --------------------- ---- 12 ,. 7.0 CONSTRUCTION OBSERVATIONS----- ------- ------ 17 80 REPORT CLOSURE—__ 18 APPENDIX A Plate Plan of Borings- ------ ---------- -- ------ A.1 Unified Soil Classification System-------- ----------------------- --------------- A.2 Key to Classification and Symbols ------ --A.3 Logs of Borings - A.4—A.7 Grain Size Distribution -- ----A 8 Triaxial Shear Test Reports A g—A.12 Free Swell Test Results -----A 13 Lime Series Test Results--------------- --------------- --- __.______ ----A 14 Soluble Sulfate Test Results --- ---A 15 APPENDIX B Plate Pavement Thickness Design---------- --- B.1 - APPENDIX C Plate ,-, Rone Engineers Report 513-9-547-01 Appendix: Plan of Borings- ---------- ----»-------------- -----------A.1 a—A 1 b Unified Soil Classification System ------- A.2 Key to Classification and Symbols A 3 Logs of Borings A.4 to A.28 Lime Series Test Results --------- A 29 _ Direct Shear Test Report------------------- --- A 30—A.31 1.0 INTRODUCTION ,. 1.1 General This report presents the results of a geotechnical engineering study for the proposed realignment of Litsey Road in Fort Worth, Texas, The new street will include new pavement from Cleveland Gibbs Road to Independence Parkway This report conforms to the City of Fort Worth Pavement ,.� Design Standards Manual, 2005 Edition and 2010 Pavement Design Supplement. Plate A.1, Plan of Borings, depicts the project vicinity and approximate locations of exploration borings Appendix C provides previous geotechnical data from a March 2000 Rone Engineers Report w/ boring locations also shown on its Plate A.1. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations.. In addition, wall recommendations in the vicinity of Seventeen Lakes Boulevard also has been requested.. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is - recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended 1.3 Report Format The text of the report is contained in Sections 1 through 8. All plates and large tables are .., contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in Report No.117-11-144 CMJ ENGINEERING,INC 1 which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur_ Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (kso, pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi) 2.0 FIELD EXPLORATION AND LABORATORY TESTING v 2.1 Field Exploration Subsurface materials at the project site were explored by four (4) vertical soil borings drilled in August, 2011 (Borings B-1 through B-4) coupled with 25 Rone borings provided in Appendix C, The borings were drilled to depths of 5 to 35 feet below existing grades. The borings were drilled with truck mounted drilling equipment using continuous flight augers at the approximate locations shown on the Plans of Borings, Appendix A Plate A.1 and Appendix C Plate A.1 The boring logs are included on Plates AA through A 7 of Appendix A and AA through A.28 of Appendix C and keys to classifications and symbols used on the logs are provided on Plates A..2 and A,3, w. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+ To evaluate the relative density and consistency of the harder formations, a modified version of the - Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a Report No 117-11444 CMJ ENGINEERING.INC. 2 ... 170-pound hammer freely falling 24 inches.. This results in 340 foot-pounds of energy for each blow, This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows, The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with hydrated bentonite chips and plugged at the surface with concrete. 2.2 Laboratory Testing -� Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, grain size, and percent passing the No.. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed.. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs A grain size distribution curve is provided on Plate A.8 of Appendix A. Four triaxial shear tests were performed on specimens from selected samples to evaluate shear strength properties of the subgrade soils. The triaxial shear tests included unconsolidated- undrained (UU) tests. These tests were performed for CMJ Engineering, Inc. by ML Testing, LLC The results of the triaxial tests are presented on Plates A..9 through A_12 of Appendix A. Swell tests were performed on specimens from selected samples of the clays. This test was performed to help in evaluating the swell potential of soils in the area of the proposed pavement. The results of the swell tests are presented on Plate A_13 of Appendix A. Eades and Grim Lime Series testing was performed on selected samples to identify the appropriate concentration of lime to add to soils for modification purposes. The results of the lime series tests are presented on Plate A..14 of Appendix A and A_29 of Appendix C. Report NO W-11-144 CMJ ENGINEERING,INC 3 Four soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The result of the sulfate tests are presented on Plate A 15 of Appendix A. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the site is located in an outcropping of the Main Street, Paw Paw, and Weno Formations. Clays are typically present at the surface underlain by tan limestone. The parent bedrock consists of hard gray limestone with some clay and interbedded calcareous shale or gray shale. This formation typically weathers to form shallow deposits of active clay at the surface The clays often contain significant quantities of limestone fragments Alluvial soils exist near Henrietta Creek. . 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below, Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate Overburden soils encountered consist of dark brown, brown, reddish-brown, and grayish-brown sandy silty clays, silty clays and clays, often containing calcareous nodules and limestone fragments.. Sand and gravel are noted in Boring B-2 below 17 feet.. A 2-foot thick layer of limestone bolders is present in Boring B-2 at a depth of 1 foot. The various clays had tested Liquid Limits (LL) of 28 to 78 with Plasticity Indices (PI)of 7 to 50 and are classified as CL and CH by the USCS. The various clays were generally stiff to hard (soil basis) in consistency, with pocket penetrometer readings of 1.5 to greater than 4.5 tsf The clay soils had tested dry unit weight values ranging from 90 to 122 pd.. Report No IV-11-144 CMJ ENCINEERINC,INC 4 .r Borings B-9 through B-12 (See Appendix C) noted limestone at depths of 2%2 to 18 feet in the borings_ The tan limestone contains clay seams, The gray limestone is generally hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of % to 1% inches of penetration per 100 blows, 3.3 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling Ground-water seepage was not encountered during drilling the majority of borings. Ground-water observations are presented in the following table: TABLE3.3-1 Ground-Water Observations Boring Water Seepage Water at Report No. Depth (ft.) Completion (ft.) Location B-2 14 N/A Appendix A, Plate A.5 B-11 15 15 Appendix C, Plate A.12 B-12 14 15 Appendix C, Plate A.13 ■+ Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground water can trap atop limestone or occur in joints in the clays or via more permeable strata 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 Genera! The performance of the pavement for this project depends upon several factors including: the -- characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the _. desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water.. Adequate subgrade performance can be achieved by modifying or stabilizing the -„ existing soils used to construct the pavement subgrade, Report No. 117-11-144 CMJ ENGINEERiNG,INC 5 ,.a Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support In conjunction with a stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a minimum of 12 inches beyond the riding surface on each side of the proposed pavement. " Maintenance should be provided when edge support deteriorates. 4.1.2 Subgrade Preparation Anticipated subgrade materials generally consist of day materials of moderate to high plasticity. The higher plasticity clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving In lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2 may be utilized on an equal basis. The option of using a flexible base in lieu of lime stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the materials prior to pavement placement. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been calculated using TxDOT Test Method Tex 124-E. Potential vertical movements on the order of 2%2 to 4% inches are estimated. Movements in excess of the estimated value can occur if poor drainage, excessive water collection, leaking pipelines, etc, occur Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration, The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Report No,117-11-144 CMJ ENGINEERING,INC 6 Soluble sulfate levels in soils on the order of 1,000 parts-per-million (ppm)or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples were less than 770 ppm.. Since the samples tested were below 1,000 ppm, a single treatment process is recommended. The single treatment is described in Section 4.4. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should . be checked for any volumetric changes that may indicate a sulfate-induced heaving condition. 4.4 Pavement Subgrade Preparation 4.4.1 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic clays Prior to lime addition, the subgrade should be proofrolled with heavy pneumatic equipment Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of t=ort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS).. According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification, STS-003 Earthwork, Section 107, and the 2010 Pavement Design Supplement, Appendix B, Section 3.4, the stabilized pavement subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between 0 to plus 4 percentage points of the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavement is placed_ The presence of gravel and calcareous nodules in the surlicial soils can complicate mixing of the soil and lime. It is recommended a minimum of 6 percent hydrated lime be used to stabilize the clay subgrade soils The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 36 pounds per square yard based on a soil dry unit weight of 100 pcf for an 8-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 8 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition Report No.11741444 CMJ ENGINEERING,INC. 7 4.4.2 Subgrade Preparation Considerations Cuts can expose very hard layers of tan limestone These limestones provide excellent support in _ an undisturbed condition; however, they are difficult to cut to finished grade and some fill may be required, Pulverization and compaction equipment often break down the limestone to a material that also benefits from stabilization, although large rock fragments hamper conventional mixing . procedures. Depending on the required grades, it may be advisable to undercut such areas and place a material suitable for stabilization or to place a lime stabilized clay or flexible base.. This can best be evaluated by an on-site inspection after grading is completed. It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade .. treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly.. All pavement construction should be performed in accordance with the procedures provided in Section 4.6.. 4.5 Pavement Sections At the time of this investigation, site paving plans or vehicle traffic studies were not available. Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials.. The design equations were solved using AASHTO Pavement Analysis Software In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL)over the design life of the pavement structure. Report No.117-11-144 CMJ ENGINEERING,INC 8 Based on the results of the field and laboratory investigation, soil plasticity properties, and requirements of the City of the Fort Worth Pavement Design Standards Manual, 2005 Edition and M 2010 Pavement Design Supplement, the following design parameters were used in our thickness design calculations for the proposed roadway. Subgrade Soils...._.._._...... .. ..... ...... .........,. ...._.._ ..Clay Design Life............._._ ._._._......._ .......... ._. .. . .._ _..... 30 years Initial Serviceability.......,... ........_ .._._...... ........ . .. . 4 5 Terminal Serviceability ......... 2.25 Reliability...... ._ ............ ...... .... . .. ....... .._._ .. . ...._85% Overall Deviation (rigid).._........ -` Load Transfer Coefficient._............. 2.7 Drainage Coefficient(rigid)_ ................. .... .. ._... . 0.9 Design CBR (raw subgrade). ._...._......... ......_ ....... .9 Adjusted Design CBR (lime stabilized, long-term) ... 11 Loss of Support.. . ._....0 Concrete Modulus of Elasticity............. 4,000,000 psi ,-. Concrete Modulus of Rupture...... . ........ ..620 psi The following rigid pavement section is provided for an Arterial classification per Section 4.2 of the City of Fort Worth Pavement Design Standards Manual, 2005 Edition. Detailed pavement design calculations and assumptions are presented on Plate B 1 The following pavement section is suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Table 4.5-1 Pavement Thickness Summary Pavement Section Street Growth Design Thickness Material Classification Factor ESAL (in.) 9%: Portland Cement Concrete Arterial 2.5% 13,170,000 8 Lime Stabilized Subgrade 4.6 Pavement Material Requirements - Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 4,000 psi Report No.117-11-144 CMJ ENGINEERING,INC. 9 The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4 5.4 Lime Stabilized Sub-grade: Lime treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition - Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2004 Edition 4.7 General Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 4Y2 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction Proper surface drainage in the shoulders is also critical to long term performance of the pavement. -� Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement, 5.0 EARTHWORK 5.1 City of Fort Worth Required Specifications The City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS) covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill, flowable fill, and trench backfill The design civil engineer may refer to this specification directly in the contract documents. Related requirements are found within the Special'Technical Specification. Report No.11MIA44 CMJ ENGINEERING,INC 10 5.2 Utilities Unusual problems with caving soils or collapsing materials were not noted at the boring locations. Based on the exploration borings, major excavations will encounter limestone in major intact units, This limestone is generally moderately hard to hard and will require heavy duty specialized equipment for excavation In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Special Technical Specification (STS). Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to M OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth, 5.3 Rock Used as Fill Rock to be used for fill placement is expected to be large, oversized material from selected rock cuts, Rock from borrow areas is expected to be removed in blocks or chunks along fracture planes or softer seams. This rock will be limestone with possible shale seams. In order to use this rock as fill, it is recommended that the oversized rock be crushed to a maximum 6-inch size via mechanical tamping or a rock crusher Materials larger than 6-inch size may conglomerate and form a void, which could cause undue, long-term settlement. Readers should note that the 6-inch size recommended herein is larger than the 2-inch size recommended in City of Fort Worth Pavement Design Manual Special Technical Specification (STS) 106. 5.4 Pavement Transitions —Rock to Soil Subgrade Grading will require cuts into rock and pavement subgrade zones of rock, soil, or fill. These abrupt transitions can cause long-term uneven pavement movement. In areas of transition, it is recommended that rock subgrade by overexcavated for a depth of 3 feet and for a longitudinal distance of 50 feet. The actual 3-foot longitudinal overexcavation should transition from 3 feet to 0 - feet in the next longitudinal 50 feet. Report No..117-11-144 CMJ ENGINEERING.INC. 11 5.5 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities.. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 RETAINING WALL RECOMMENDATIONS 6.1 General Retaining Wall Considerations Five geotechnical design criteria must be satisfied in the selection of the type and configuration of the retaining wall. These criteria are; the wall must have an acceptable factor of safety with respect to (1)overturning failure, (2)a sliding (translation)failure, (3)a bearing capacity failure, and (4) a global (deep-seated) slope failure.. In addition, (5) the deformation of the wall caused by deflection from earth pressure, and from settlement or heave of the foundation soils or backfill soils, must be within tolerable limits during the functional life of the structure. 6.2 Potential Vertical Movements Structures placed near existing grade will be subject to movement as a result of moisture induced volume changes in the highly active clays. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture.. The movement typically occurs as post construction heave The potential magnitude of the moisture induced movements Is rather indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent by soil moisture levels at the time of construction. The greatest potential for post-construction movement occurs when the soils are in a dry condition at the time of construction. Based on the conditions encountered in the borings, potential moisture induced movements are estimated to be . on the order of 2% to 4Y2 inches for soils in a dry condition. Soil movements, significantly larger than estimated, could occur due to inadequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines 6.3 Foundation 6.3.1 General Recommendations T wl1,1. Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structure First, the ultimate bearing capacity, reduced by a sufficient factor Repoli No 117-11-144 CMJ ENGINEERING,INC. 12 of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structure, total and differential vertical movements must be within tolerable limits.. If potential differential movements can be tolerated, consideration can be given to a shallow spread or continuous footing. 6.3.2 Shallow Foundation System 6.3.2.1 Design Criteria and Subgrade Preparation Based on topographic and preliminary design information provided by Halff Associates, the proposed bottom of wall elevation may be situated atop existing fill or natural soil in the area of Boring B-2. The retaining wall continuous foundation should be founded at least 2 feet below the lowest adjacent grade and may be designed for an allowable bearing pressure of 2.0 ksf. Proof roll the exposed foundation subgrade using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment weighing a minimum 25 tons, with particular attention given to the areas of existing fill. Close inspection of soil strength during proof rolling should be conducted by a geotechnical engineer or his/her representative to allow designation and removal of soft soils not meeting the bearing capacity stated above, and is strongly recommended.. Soils existing in a soft to firm state should be evaluated on a case-by-case basis o The base of all excavated footings should be inspected by a geotechnical engineer or geotechnician under his or her supervision to assure that the bottom Is firm, level and free of loose soil material and/or debris. it should be noted that retaining wall foundations are typically subjected to non-uniform pressure across the foundation, and possibly negative pressure (separation of foundation from soil) under a portion of the foundation, due to the overturning moment induced by the lateral earth pressures. The allowable foundation pressures given above are for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. Foundations for the retaining walls designed in accordance with these recommendations will have a minimum factor of safety of 3 with respect to a bearing capacity failure, and should experience a total settlement of 1 inch or less and a differential settlement of Y2 inch or less, after construction. It .. should be anticipated that the retaining walls will experience differential movements as a result of moisture induced volume changes in the underlying clays supporting the retaining wall, as previously discussed Report No.117-11-144 CMJ ENGINEERING,INC 13 6.3.2.2 Shallow Footing Construction Footing construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • The base and sides of the footing excavation are clean of loose cuttings �. • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavation, cleaning, reinforcing steel placement and observation Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 48 hours of exposure of the bearing surface is anticipated in the excavations, a "mud slab" should be used to protect the bearing surfaces.. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by , excavation, The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for the placement of formwork and reinforcing steel If footing excavations are left unprotected and exposed to precipitation and/or other water sources which result in ponding in footing excavations, additional excavation to firm, undisturbed material will be required. Footing concrete should be placed directly against the wall of footing excavations. The excavations above the footings may be backfilled with excavated on-site soils. Backfill soils should be compacted to at least 95 percent of Standard Proctor (ASTM D 698) maximum dry density, in compacted lifts not to exceed 6 inches The soils should be compacted at a moisture near 2 percentage points (-2 to +2 percentage points)of the soil's optimum moisture content. Report No..117-11-144 CMJ ENCINEERING.INC 14 6.4 Lateral Earth pressures 6.4.1 General The retaining walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground-water table. 6.4.2 Equivalent Fluid Pressures Lateral earth pressures on retaining walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall, Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 6.4.2-1 for a wall with a flat slope behind the top of the wall, The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall, Pressures are provided for at- rest and active earth pressure conditions, In order to allow for an active condition, the top of the wall(s)must deflect on the order of 0 4 percent. TABLE 6.4.2-1 Equivalent Fluid Pressures for Level Backfill At-Rest Equivalent Active Equivalent Backfill Material Fluid Pressure(pcf) Fluid Pressure (pcf) Drained Undrained Drained Undrained Excavated on-site clay or clay fill 100 110 85 100 material Select fill or on-site soils meeting 65 90 50 85 material specifications Free draining granular backfill 50 90 35 80 material For the select fill or free draining granular backfill, these values assume that a "full' wedge of the material is present behind the wall.. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. Report No,117-11-144 GMJ ENGINEERING,INC 15 6.4.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill.. The equivalent fluid pressures, given here, do not include a safety factor_ Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study These services can be provided as additional services upon request. 6.5 Wall Backfill Material Requirements Excavated On-Site Soils: For wall backfill areas with site-excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be " removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be - accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density . Select Fill: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of the Standard Proctor density (ASTM D 698)within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density Free-Draining Granular Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No.. 200 sieve and less than 30 percent passing the No 40 sieve The minus No. 40 sieve material should be non-plastic.. Granular wall backfill should not be water jetted during installation. Report No 117-11-144 CMJ ENGINEERING.INC 16 6.6 Below-Grade Drainage Requirements The design recommendations presented above assume hydrostatic pressure will not develop behind the retaining wall, in order to achieve the "above water table" condition for lateral earth pressure for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sump/pump system. Drainage could be provided using a collector pipe or weep holes near the base of the retaining wall Drains should be properly filtered to minimize the potential for erosion through these drains, and for the plugging of drain lines Design or specific recommendations for drainage members is beyond the scope for this study These services can be provided as an additional service upon request. In order to achieve the "drained" condition, the entire backfill material must be free draining, or the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water courses, or other sources. 7.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. to the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc, be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary_ It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project, Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract Report No..117-11-144 CMJ ENGINEERING,INC. 17 directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer 8.0 REPORT CLOSURE .- The borings in Appendix A for this study were selected by CMJ Engineering, Inc_ The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual ,. samples taken.. Therefore, these boring logs contain both factual and interpretive information Laboratory soil classification tests were also performed on samples from selected depths in the , borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum.. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work,. In particular, water level readings have been made in the borings at the times and under conditions stated In the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report - does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected ._ conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that Report No 117-11-144 CMJ ENGINEERING,INC 18 the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary, The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site This report has been prepared for use in developing an overall design concept_ Paragraphs, statements, test results, boring logs, diagrams, etc should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor This report has been prepared for the exclusive use of Halff Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by r Report No.117-11-144 CMJ ENGINEERING,INC 19 reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended ti Report No.11741-144 CMJ ENGINEERINC.INC 20 --��-z U C OW7 u O o z r � Q ci M m allVAgInOB m o 0 0 � g Q LL o cc cit >. cc � LL— uj v � U =o �I c 0 0 Ch S c 0 m ci z g � W I PLA Major Divisions Sym. Typical Names Laboratory Classification Criteria .. y Well-graded gravels,gravel- 2D tD„Y d c_CID GW sand mixtures,little or no 2 C„=-w greater than 4: Ce between 1 and 3 V > �` fines a D,0 D,,x Do LV g C CL o_ Uo CC (n p o 4UN (, Poorly graded gravels,gravel Zf= N Rai U V GP sand mixtures, little or no �' V) Cl) W Not meeting all gradation requirements for GW J 2 ,w fines H c c C7D w. o � � � � Liquid and Plastic limits c ° Z ° GM Silty gravels. gravel-sand-sift c7 Liquid and plastic limits H below"A"line or P.I N ,aa = `~ E mixtures m d plotting in hatched zone r c co i'_ > greater than 4 Z c w � �, between 4 and 7 are c c Ca co �= a� o co borderline cases - a� o y N Liquid and Plastic limits requiring use of dual o m > In Clayey gravels,gravel-sand- " . 9 0 o a GC _c d o above A line with P.I. 2 clay mixtures z c symbols — $ g ; z greater than 7 � y Ers p '.M °' Well-graded sands,gravelly a m D� iD»1' W o� co a c SW m C,=---- greater than 6: Ce------------ between 1 and 3 v E c sands,little or no fines M D„ Di.x Do U E w C OS G N m C C L C C N a10i m Poorly graded sands; o _ M 0 y v � SP gravelly sands,little or no c � � Not meeting all gradation requirements for SW 12 fO > v fines ° L 4z N C F N !0 v o 1 o v Liquid and Plastic limits pCX Z y 7 L L ,. n _ SM Silty sands,sand-silt mixtures y -� -- N below A line or P.I less Liquid and plastic limits ccmc s v a c o than 4 plotting between'4 and 7 " N O J M 3 a o are borderline cases v `� 14 Liquid and Plastic limits requiring use of dual � �, Clayey sands, sand-clay E above"A"line with P I symbols 0 CO CL SC mixtures 0. 9• greater than 7 Inorganic silts and very fine sands,rock flour,silty or ML clayey fine sands,or clayey U) o silts with slight plasticity �. 60 Inorganic clays of low to y c medium plasticity,gravelly o m = CL clays,sandy clays, silty clays, 50 N and lean clays p CH Z v' C _JOrganic silts and organic silty 40 N OL clays of low plasticity X o _m r y m Z30— E Inorganic silts,micaceous or T MH diatomaceous fine sandy or a OH ar d MH c m y t silty soils, elastic sifts 20--- •P V- E -C L .. m CL o aInorganic clays of high CH p1 plasticity,fat clays 10 c T 'All ML a d OL 2! OH Organic clays of medium to °0 10 20 30 40 e0 60 70 so 90 100 0 d high plasticity,organic silts Liquid Limit rn coo Pt Peat and other highly organic Plasticity Chart Ow soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES s m GRAVEL LEAN CLAY LIMESTONE •• SAND • • SANDY _ _ SHALE SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube g Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils(More than s0%Passing No 200 sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1 0 Firm 1 0 to 1 5 Stiff 1 5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils(More than 50%Retained on No 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blowslfoot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz,calcite, dolomite,siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture,and general appearance approaching soil _.. !KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No Boring No Project Lltsey Road srrGLveExuNG INC 117-11-144 B-1 Fort Worth,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 10.0' Data 8-25-11 Surface Elevation Type Auger on CL H o u. CLEc o ut m y Stratum Description o e LL m � o 0 zC CL gm V LO iw a ) 0. oo D: a)CL j.CO JJ n.:2 C) » =)c)n CLAY.dark brown and brown very stiff fill 4.5+ 13 4.5+ 66 24 42 15 115 w/calcareous nodules and limestone fragments r+ 4.5+ 7Z 70 25 45 15 108 4.5+ 15 *- 4.0 22 5 4.5+ 60 54 21 33 16 4,5+ 21 0 U 4 tJ r Y 2 LL o PLATE A.4 LOG OF BORING NO. B-1 --^ J CM ENGINEERING INC Project No. Boring No. Project Litsey Road 117-11-144 B-2 Fort Worth,Texas Location Water Observations See Plate A.1 Seepage at 14 feet during drilling Completion Completion Depth 20.0, 1Date 8.25.11 ® Surface Elevation Type Auger a LL p y N ii ... n a E o6 z o LL N o N `° Stratum Description ,� ,� _ N ae o c� E`3 W E -0Ra op ccoo ®. (0 ava -J:D 0-—Jas 20 SILTY CLAX brown,w/abundant calcareous 4.5+ 49 491 191 30 7 nodules and limestone fragments,very stiff,fill LIMESTONE BOULDER$fill SILTY SANDY Q_& nodules, w/calcareous nodules,stiff to very stiff,possible 1111 13 42 441 19 25 8 5 .� CLAY,brown w/calcareoui nodules stiff to very 2.25 20 stiff 4.0 96 1 70 25 45 18 106 SILTY SANDY CLAYbrown and tan w/limestone 2.5 20 1 fragments stiff CLAYEY SAND/SANptan,w/gravel,medium dense 27 131 1 2 ----------------------- 0 c� v d C7 a U- 0 o LOG OF BORING NO. B-2 PLATE A.5 0 J -- Project No Boring No. Project Litsey Road CMJ E.G,NEt:MG INC 117-11-144 B-3 Fort Worth,Texas Location Water Observations See Plate A.1 Dry at completion ` Completion Completion Depth 10.0• Date $_25.11 Surface Elevation Type Auger U. 75 d N C O. > M 't7 Z LL r N(n Stratum Description o ;� o �� .P ;� p� d� V 3 C C6LL: y > 7- YIl M yC y U 7 LU d pm Ipm 1,9 as E Aa oo c o coo Of R ma~ a.co -� a—:D —a U > :7Ua CLAY dark brown,wl calcareous nodules and 4.5+ 1 13 limestone fragments,very stiff fill 4.5+ 45 621 23 39 14 114 -grades brown,V-10' 4.5+ 1 601 23 37 16 108 grades stiff,3'-8' 3.75 17 ... 2.25 20 5 3.5 75 671 23 44 18 ^^ 4.25 19 0 V v e r (9 K O Ca 0 o LOG OF BORING NO. B-3 PLATE A.6 J Project No. Boring No. Project Litsey Road CM]EncMMNc INC 117-11-144 B-4 Fort Worth, Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion Depth 20.0' Date 8-25-11 Surface Elevation Type Auger p LLS o 0 m A oCC e LL cccoStratum Description LL cr) U cLLiZ '� - �= gd t4E4� W C7 d� mQ.I= N � �'0 0i c� coo W M mn.t= a -i iii 8_120 >� �c�0. CLAY,dark brown and brown,w/calcareous 4.5+ 7 noduoles limestone fragments and sand very stiff 4.5+ 60 57 22 35 11 103 fill 4.5+ 60 23 37 13 4.5+ 11 122 4.5+ 13 - 5 100/0.5" 4.5+ 87 59 24 35 15 4.5+ 16 SHALY CLAX brown,reddish-brown and grayish-brown,very stiff to hard 4.5+ 100 75 26 49 20 1 4.5+ 21 0 c� a C7 d v C7 z m O LL o LOG OF BORING NO. B-4 PLATE A.7 J Particle Size Distribution Report C t � V O t0 M N — w f7 � 3! 7R it � iL 7L iL aL 100 l 90 � 80 } 70 � N11H W 60 } Z 50 0- 40 € I S 30 20 k ! L 10 I' ! 0 L 100 10 1 01 001 0 001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 6.0 12.2 22.7 17.2 41.9 I LL PL D85 Dan DqQ DIn D1S Dip C C 01 44 19 24449 0.4536 0.2097 Material Description USCS AASHTO o Silty,sandy,clay,brown CLJSC Project No. 117-11-144 Client: Haiff Associates,Inc Remarks: Project: Litsey Road 0 Location:B-2 Depth:4-5 CMJ ENGINEERING, INC. Fort Worth Texas PLATE A.$ Tested By: .JKH Checked By: JIKlj 24 Results i.. , I k. deg 2 133 — 0 -0if Jt 16 ql 1 ' I I J_. i Tt 08 it : i. : : r I ! r , I ( 0 08 16 �24 32 4 4 Normal Stress,tsf - ,..= _.� Sample No 1 Water Content, % 149 s t Dry Density, pcf 114.9 Saturation, °k 89.6 Void Ratio 0.4403 4 Diameter, in 2.75 Height, in. 3.90 Water Content, % 16.6 3 , y Dry Density, pcf 114.9 ' I Saturation, % 100.0 »- Void Ratio 0.4403 0 2 I ¢ Diameter, in 275 Height, in. 3.90 1 " I Strain rate, in/min 1 -"F. ' - ! ` - ' , - Back Pressure, psi 40.00 Pressure,psi 45.00 0 Cell 0 5 10 1s 20 Fail Stress,tsf 4.27 _ Axial Strain, % Ult Stress,tsf a, Failure,tsf 4.63 – Type of Test: Unconsolidated Undrained a, Failure,tsf 0.36 Sample Type: Undisturbed Client:CM.! Description: Clay,brown Project:Litsey Road Assumed Specific Gravity=2.65 Sample Number: 8-1 Depth: 1.0'-2 0' Remarks: Proj. No.: 117-11-44 Date Sampled: 8/31/11 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC I Figure Bluff Dale TX 1.5 Results C,tsf 1.056 i .....i..i 6, CCC i I ` 0 5 �L� L.. �_�_�_1_. 7 _ �. ITI.�.- I:141SI_ �I , FP I 1 i- • . ice! !� 0 05 1 15 2 25 3 Normal Stress,tsf 3 i -i- Sample No. 1 Water Content,% 172 2 5 ` _ Dry Density, pd 1076 Saturation,% 84.6 i - I 1 C Void Ratio 05381 2 ~� Diameter, in. 275 a _._i. I Height, In. 3.90 - I ! Water Content, % 20.3 15 , , �. Dry Density, pcf 107.6 ►. _ '-- — '' to ° Saturation, % 100.0 Void Ratio 0.5381 0 1 Q Diameter, in 2.75 NH Height, in. 3.90 Strain rate, in./min05IBack Pressure, psi 4000 Cell Pressure, psi 45.00 5 10 15 2u Fail. Stress,tsf 2.11 Axial Strain, % Ult Stress,tsf a, Failure,tsf 2.47 Type of Test: a, Failure, tsf 0.36 , Unconsolidated Undrained Sample Type: Undisturbed Client: CMJ Description: Clay,brown Project: Litsey Road " Assumed Specific Gravity=2 65 Sample Number: B-3 Depth: 2..0'-3.0' ` Remarks: Proj. No.: 117-11-44 Date Sampled: 8/312011 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Figure Bluff Dale TX MI ATC A 4 1.5Resuits — C,tsf 1.226 --= -- – - - -- i deg 0 – _ �'_ I_ Tan( ) - 1 40 to . L I I- I i i 1 i E I =7 L� :-ffill -- i 05 I r t _ t 1-4 0 . 0 0.5 1 1.5 2 25 3 Normal Stress,tsf ' i Sample No 1 –�–: �. T Water Content, % 113 25 _ Dry Density,pcf 121.7 ' : ! Saturation, % 83.3 Void Ratio 03596 2 ^�i i Diameter, in 2-30 Height, in. 3.80 Water Content, % 116 Dry Density,pcf 1217 ° -' - -- _•- Saturation, % 100.0 Void Ratio 03596 0 1 ' F i ¢ Diameter,in 2.30 Height, in. 3.80 Strain rate,in/min. Back Pressure, psi 40.00 ) ' ..I _. Cell Pressure, psi 45..00 0 0 5 10 15 20 Fail.Stress,tsf 245 Axial Strain % Ult Stress,tsf a, Failure,tsf 2.81 Type of Test: Unconsolidated Undrained as Failure,tsf 0.36 Sample Type: Undisturbed Client: CM) Description: Clay,brown w/rock Project: Litsey Road Assumed Specific Gravity=2.65 Sample Number: B4 Depth: 3.0'-4 0' Remarks: Proj, No.: 117-11-44 Date Sampled: 8/31/2011 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC - Figure Bluff Dale TX ..• .ter . AA Results C.tsf 1 885 ! + :deg 0 _ i `._ i I-�- __ J. ' Tan(+) 0 ' ' -I- - + _._ ---i-. - J 17 14 I 05 _._�_ I — I _ _ ; — _ i. X71 _ _ I JI L4-i .-L+ t7T i._ Imo. .� IL 0 07 14 21 28 35 42 Normal Stress,tsf 6 _ ' Sample No. 1 Water Content, % 170 5 .�.. � _ — � D _ ry Density,pcf 99..8 �. Saturation, % 68.4 c Void Ratio 06576 w 4 Diameter, in. 135 ' ..._;. Height, in. 3.00 Water Content,% 24,8 3 , y Dry Density,pcf 99.8 Saturation, % 100.0 - I - '_. Q Void Ratio 0.6576 0 2 Diameter, in 1.35 I T Height,in. 3.00 _ I _ Strain rate,in Jmin 0.03 1I.._ -r-r-I OF� t7 #il -C- Back Pressure, psi 2000 ' Cell Pressure psi 2500 0 5 10 15 20 Fail Stress,tsf 3.17 L Axial Strain,% Ult Stress,tsf a, Failure,tsf 413 Type of Test: a, Failure,tsf 0.36 Unconsolidated Undrained Sample Type: Remold Client: CMJ Description:Clay,brown w/6%Lime L Project: Litsey Road Assumed Specific Gravity=2.65 Sample Number: B-3 Depth:2,0'-3-0' Remarks: Proj. No.: 117-11-44 Date Sampled: 9/12/2011 TRIAXIAL SHEAR TEST REPORT M L Testing, LLC Figure Bluff Dale TX AITfr � JA FREE SWELL TEST RESULTS PROJECT: LITSEY ROAD FORT WORTH, TEXAS PROJECT NO.: 117-11-144 Depth Ltqu�d F'Istic:' P(asttcit MarsfuF Percent e Borrng. Sa�»pte Content Int rval Lcm�t limit. Index Svfrell No. Deacription B-1 2-3 Clay 70 25 45 14.9 18.9 1.5 B-2 9-10 Clay 70 25 45 184 216 0,5 B-3 1 -2 Clay 62 23 39 13.6 17.4 2.5 B-4 1 -2 Clay 57 22 35 11.3 261 51 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING,INC. PLATE A.13 LIME SERIES TEST RESULTS Project: LITSEY ROAD FORT WORTH, TEXAS Project No : 117-11-144 Boring No : B-1 Depth: 2' TO 3' Material: Clay Percent Lime pH 0 7.29 2 12.24 -r 4 12.41 6 12.48 8 12.51 10 12.52 CMJ ENGINEERING, INC. PLATE A.14 SOLUBLE SULFATE TEST RESULTS Project: LITSEY ROAD FORT WORTH, TEXAS Project No,.: 117-11-144 Boring No.: B-1 Depth: 0 to V Material: Clay .... Method Result TxDOT TEX 145-E <100 ppm Boring No.: B-2 Depth: 0 to 1, Material: Silty Clay Method Result TxDOT TEX 145-E 767 ppm Boring No.: B-3 Depth: 0 toll Material: Clay Method Result TxDOT TEX 145-E 360 ppm Baring No.: B-4 Depth: 0 to V Material: Clay Method Result TxDOT TEX 145-E 120 ppm Note: ppm = 1 part per million CMJ ENGINEERING,INC. PLATE A.15 WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association "IRigid Design Inputs Agency: City of Fort Worth .� Company: Halff Associates, Inc Contractor. CMJ Engineering, Inc Project Description: Litsey Road Location: Fort Worth,Texas ~� Rigid Pavement Design/Evaluation PCC Thickness 9.49 Inches Load Transfer,J 2.70 Design ESALs 13,170,000 Mod.Subgrade Reaction,k 382 psi/in Reliability 8500 percent Drainage Coefficient,Cd 090 Overall Deviation 0.39 Initial Serviceability 4.50 Modulus of Rupture 620 psi Terminal Serviceability 225 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction(k-value)Determination Resilient Modulus of the Subgrade 8,735.5 psi Resilient Modulus of the Subbase 10,021 6 psi Subbase Thickness 800 inches Depth to Rigid Foundation 000 feet Loss of Support Value(0,1,2,3) 0 0 -� Modulus of Subgrade Reaction 382.30 psi/in Monday, September 19,2011 10:55:02AM Engineer: JPS PLATE B.1 Intentionally Left Blank APPENDIX C Intentionally Left Blank m O 0 0. 0 a 8fl 31VD T 1° 2 m N31tlM _ay J z � o o m ia° � 1 I � am g I pil fl 0 � l D Tl 11 l oraa�NnW2 kJ.�vz� � � o io I 0 / 4 a o ! r5 Z a fe F O QQ �a N, O 6 P U) .r.. y 6 � N a 9 h �p4 AV $1 i� li SSI I � N AYM?Wd 3ON20MMMI MX-U 1 � 1 W Oti W y� 7 o . g� a� � 0. H F C w w o p W .� po l O¢ m Sao c m 0 0 x U, I 2 �.. W { 0 3AIi10 'y..��►J L °D YO011RII Nns Q O !� k d Major Divisions Sym. Typical Names Laboratory Classification Criteria Well-graded gravels,gravel- D (V between I O° w GW sand mixtures,little or no c9= greater Limn 4: Ca=D„x Dp and s o tines Do,ppa a U —00 r^ C Poorly graded gravels,gravel 3 GP sand matures,little or no W rn Not meeting all gradation requirements for GW m m m v fines O ra 5N ,p 6 C Liquid and Plastic limits S2 O 8 m 8 Silty gravels,gravel-sand•silt c� 3 Liquid and plastic limits 2G Z c GM 3 below"K line or R.I. A �. mixtures Z m i i d greater than 4 Plotting in hatched zone o 6 'a between 4 and 7 are Z c c�m Qm Liquid and Plastic Hrriits borderline cases °—' 20 > ° Clayey gravels,gravei sand- h H ! above'A' 11M with PI requiring use of dual a GC day mixtures i :� greaterthan 7 symbols ` �.�'� a EC tv o 2 C2 SW Well-graded sands,gravellya �'D�aree ow G* Ce3 between t w4 s sands,little or no lines > e Dm D x D. UEE as Poorly graded sands; 0 ro SP gravelly sands,little or no "S Not meOng eti:giadation requirements for SW L > tines ^ to c c c Liquid and Plastic l)tratls. � c o w. SM Silty sands.oar-&A mixtures.is '-� below'A'Ifiv or P.L.less UqtOd and plastic limits A r s .w4 plotting between 4 and 7 are borderline cases c mliquid and Blastic limits requiring use of dual +Q Cla . saarads,sand-xaay m symbols $C above',A 6iieiaith:P:l: mixtures o greener then 7 Inorganic sots w-4 trery flrie IVIL sands,rock lour.silty-or clayey fine sands,or clayey e snots with slight plesddty A. m a m inorganic days kt low to m b m medium plastigitY,..gravelly i 7 daA sandy clays,silty days. and lean dlys d N CH Z m OrganicsHts.and oigaratc silty d _ 3 �l' days of low plasticity x V O o0.0 g es Inorganic sins,micaceous or 3i t�° MH Olatonaaceous fine seedy or A off at d MH m C silty$obs,elastic sins CL A CL u c LD CH Inorganic dare of htgh 0 _� plastldty,fat clays t NE 4 UL id OL to a GH Organic days of medium to o° to 20 30 40 60 B0 7° go 90 top high plasddly,organic sHls liq,M thwt Peat and other highly organic Plastletty Chart -� sons O. !UNIFIED SOIL CLASSIFICAMN SYSTEM PLATE A.2 i iSOIL. OR ROCK TYPES n by �1 GRAVEL LEAN CLAY LIMESTONE �• SAND • • SANDY _ SHALE • % SILT SILTY SANDSTONE a I. .M HIGHLY CLAYEY CONGLOMERATE Shelby At>Ber split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL }Fine Grained Soils W=tt►ao sox Peering Na 200 sleve) I Descriptive Item Penetrometer Reading,(tsf) Soft 0.0 to 1.0 Firm 1..0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3..0 to 4.5 Hard Coal rse Grained Soils Oftm thin sox Retained on No.soo Move) Penetration Resistance Descriptive Item Relative Density I (blows/foot) 0 to 4 Very loose 0 to.20% 4 to 10 L:odse 20 td 40% 10 to 30 Modiurti!i Dense 40 to 10% 30 to 50 DOW 70 to 06% Over 50 Very Dense 9t?to 1t>4°i6 Sou Structure Calcareous Contains oppreetablo deposits of calcium carbonate; generally nodular 1 SlIchonsided Having.Inclined planers of weakness that are stick and glossy in appearance Laminated Comp sw of thfri layers of varying color or texture Fissured Contain)ng cracks,sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different sol!types,Usually In approxtn'tately equal.pmpof o.ns TERMS DESCRIBING PHYSICAL. PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff In soils Soft Can be scratched with fingernail Moderately Hard Can be scratd.Md easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poody Cemented or Friable Easily Crumbled Cemented Bound together by chemically precipitated material; Quartz,calcite,dolomite,siderite, l and iron oxide are common cementing materials, rDegree of Weathering Jnweathered Rock In its natural state before being exposed to atmospheric agents ISilghty Weathered Noted predominantly by color change with no disintegrated zones -therad Complete color change with zones of sligh#y decomposed rock t:^Lrernely Weathered Complete color change with consistency.texture,and general appearance approaching soil I 'KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 ProjectNo. gNo, Project Litsey Road 513-9-547-01 B-3 Fort Worth,Texas Location Water Observations See Plate A.] Dry at completion Completion Completion D`pd, 10.0' 1 Date 1-22_0.0 Surface Elevation Typo Auger Stratum Description �� .6 �.; 1 ROAD W& G'tb3cic 4.5 23 dark bzvwnw&Zear+wusnodulas.very sn'$ -grading to brown 5 2 4.5 7 24 4b 5 k 5 u -grading to taaaish brown$.5'+ q S 16 Not=At gtatioa?A+00 a o. g J g Plate A.4 LOG OF BORING NO. B-3 —Ro�a93neez- Projeet�ie, Baring No.. Project Litsey Road 513-9-547-01 B-4 Fort Worth,Teras Location Wow Observations See Plate A.1 Dry at completion Completion I Cornpletioa DVth la fl, 1 Daw I_V 00 Surface Elevation Type Auger w +3 C, BR 3 Stratum Description A zIng QAY rm and dark rovvn, organics, 2.7.5 22 cal ecus nodules,hwwofsand,and fine SMVCL stiff -whomo silt,very stiff 24 5 4W..44 .5+ 59 19 39 J3 — CALg_APOUS CIAY.tan and brown,very ififf 4 ll it} — — — — — — — — — — — — — — — — Note:At Station 27+00 °e3 B-4YatE LOG OF BORING NO. A.S �r RoneEnglaeer- Projectl4a. 13or%nsNo. Project Litsey Road 513-9-547-01 -5 Fort Worth,Texas L.ocatiou water observations ^- ( See Plate A.1 Dry at completion 1 Cow Inion Gomplation Dep 10.0' Date 1-22-00 Surface Elevation Typo yz Stratum Description r� � as w H a sra VA dark dark broom and brown,wlargantas,some 2. 21 and count gravel,stiff 3. 18 -wlsotae calcareous nodules very stiff 4.5 4 20 29 22 5 M tan i 0w 23 Wte:At stW90 34+00 - o z Plate A.5 LOG OF BORING NO. B-S n�ne.Enyiturer Project No., Boring No Project Litsey Xtoad 513-9-541 B-S Fort worth,Texas Location Water Observations See Plate A.1 Dry at catnpletion Completion Completion Depth 10.0' D8m 1-22.00 Sumac¢Elevation 'type — Ao er z fie OC Stratum Description a� �,� A� � � tU A O v; tr. Vill +n �g o �' a a — a Oa4 .5 P: CWro 4 r�rJ ❑,5 �tga. brown an4 broft some 2.0 22 Qrgaata, -wAkwstone f maments 2-2 l 22 s -who"gravel.44 26 —. C7AY.brown, wn.and tan.w(abun ant gravel.stiff 20 .4 lsiptc At Station 41+00 UJu 0 a R 8 Plate E�.7 LOG OF'BORINGNO. B-6 Project No. Boring No. Project Litsey Road 513-9-547-01 B-7 Fort Worth,Texas L.ocatton Water Obstmlions 'M- See Plate A.1 Dry at completion t Completion Completion Dem' 10.0, 1C`u 1-22-00 Surface Elevation Type Anger iz ta _ o y E -» y yStratum Description a o U . a . upr� a s g� Cdark brown,wlealoaroous nodules And 3• 0 25 organics,very stiff -galling to aline brown 3.7 57 20 37 19 3,75 2 t S1iALY CLA i 21ati,Irg t row*,an bght gray, wkalesimus�cnses 1 100/1. LIM tan Note:At Station 48+00 i i 1 i g LOG OF BORING NO. B-7 Plate A.$ I _ R��gineer Project No I Boring No., Project Litsey Road 513-9-547-01 B-8 Fort Worth,'T'ezas Lobation Water Observations ff i See Plate A.1 Dry at COMPI dOU C Com letion Completion ' 10.0' Dato 1-22-00 Surface Elevation Type t Auger o W� �L� 0 6E lyr� ���• 1 •� z Q 8o Ls, Stratum Description it a� � w>•• �t�fl ' ;�aha CLAY,dark brown,wlsome organics:s 27 j -ttadint to brown,w/traoe of travel.very atilt 4.5 5 21 38 2 i -%*ome ealearam nodules hard 4.5+ — 15 S LH Y biown,light Lin.and graykardj —10— — - - - — _ _ _ _ - - - - -- - - a + � . Note Al Statioa 53+00 f I f i uF 'n M, Plate A.9 LOG OF BORING NO. B-8 Project No. Boring No. Project Litsey Road 513-9-547-01 B-9 Fort Wortli,Texas Lavation Water Observations ^^� See Plate Al Dry at completion Completion Completion Dept' 33.0' Dere 1-24.00 Surface Eltivetitsn Type Amer to 0 w $ IS y Stratum Description o mwF Jme CLAY.dwt brown and brown,wisbundant fine to S 52 22 30 18 down gmvet and some organics,very stiff _ Sn to tan,w/limcdone ents and irooswins 3 LI STOiV ten,$On tom irately hgid S MI Z5 -modaratcly hard to hard,6.-Y+ 9 14 :25 jMESPO1V15,gray,moderate b!ud to hard 1 3• - i owa;�s i 3 10W.0.7-5 Note:At Station 59+40 ii v 3 g plate A.10 g LOG OF BORING NO. B-•9 __ po�:�girseez Project Na. Boring No. Project Litsey Road 513-9-547-01 -1U Fort worth,Texas w_ Location Water Obscrvations See Plate A.1 Dry at completion , CumImon Completion *® 1).PT 35.0' Date 1-24-00 Surfaea Etavadon Typo Augez_ i CA y Stratum Description tet aU 'GLA ark rows and Town a un sat gravel 4.0 I and some organics,very stiff _ 4.0 38 323 13 12 4140 -wlsarae 4triestone hagmeals,hard,4'+ 4.S} g 43 l7 2b 1 I r 1 -gradin&to duk olive brown and brown,wIcWtareous 4 + IS G brown,fight brown,tan,and - 81':verp strff 4...5 9 _ I I[vtIdSl gray,uiodcRUy to 0IMP S 10011 - 6 3 S .75 Nota At Bladon 60+90 a: a a 4 IL LOG OF BORING NO. IB-10 _ Plate A.11 �. -Ron n Inez Project No. Boring No. Project Litsey Road 513-9-547-01 B-11 Font Worth,Texas Location Watcr Observations See Plate A.1 Seepage at 15 feet dt* j at end of drilling Completion Completion DePth 35.0, Date 1-Z4-00 Surface Elevation Typo Auger N .s a CL x' �* $w Ila Ca � Iy y Stratum Description � � � �� �� �. � �a darkwn,Worpnics and 2.75 51 22 Z9 23 3 4300 CA us nod stiff olive brown, trace ofownics and 4.5 13 ous nodular,very stiff brown and W_M sarcous l l na ulaa,vcrystiff 4-5 -QAY,dark brown,bro^ Bray, w/calcareous nodulos add koasta A stiff 2.75 13. 1 1.5 33' i20 1 Lim E5I OIYE.gray.moderou to hard i i s i i 24 li 2 OQ �5 1 ' 1Z .25 Nota At Station 62+40 a d u 4 O J Plate A.12 g LOG OF BORING NO. B-11 nom n��gineer �� Project No. Eoring No. Project Limey Road 4 513-9-547-01 B-I2 Fort Worth Texas L,oeetion Water Observations { See Plate A.1 Seepage at 14 feet doting drilIin 15 feet at encs of drillir►g � Completion Completion Depth 35.0' Da1e 1-24-00 ' Surface Elevation Type Au er _ _ o Z s m Stratum Description .6 30 s�y60 i1 11 Wit~ a mts.N ave .a a.,J ts.a� Ciat &rkbroom A_n_J brown.w/a un ant gravel 9 en some organics,very stiff _ 4-52 109 3131M ndsome calcareous nodules.3'+ 4.5+ i 25 14 S— SIM CILAY,brown, 'ght brawn.tac,Aod fight _ gray w/abtnidunt Coe=gravel very stiff 4.3 14200 l f 12• . 1 U •gray,modemtc hard to' 10010.5* 28 r .25 f244 3 .7 00/07 Note:At Station 63+90 at a t� J LOG OF BORING NO. B-12 Plate A.13 "" i ,,,,, A�neE7iginaez PrO*tNo 1 Boring No. ProjecT Litsey Road 513-9-547-01 B-13 Fort worth,Iexas C ocanon Wator Observations See Plate A.1 Dry at completion Completion Comp}etioo Depth 5.01 Dat` 1-21-00 Surface Elevation "type -" Auger w � w Zo Stratum Description >g . . = a� s P i a �, V o ' aq a lu4 :v Pa Ddie 51 brown and rows,w/ eateous! 2 20 34 24 Md aa,gravd.and some organics.stiff i 2. 29 ,. S - - — - _ _ - - - - _ - - _. — 2. 1 Note:At Station 70+00 i i i i t I i o 0 tt 0 0 a $ LOGOFBORINGNO. B-13 Plate A.14 4o�neE�nyineez ... Project No. Baring No. Project Litsey Road 513-9-547-01 B-14 Fort Worth,Texas Localon Water Observations See Plate Al Dry at completion .o.. Camplotion Completion DepW 5. Dat= 1-21-00 Surface Elevation Type Au er o fg -129 Stratum Description � � b t . g°: Aa-'sH o.rn �� 1:13 �� �Ca �.� �Uo4 A P T 3 thick 3.0 20 brown to brown,w a t gra an t carcous nodules,verystiff 3.3 17 34 1 S - - - _. — _. - - - — - - - - 3.8 20 i f 4 Nott At Statio477+00 I I d Mate A.1 5 LOG OF BORINGNO. 8-14 •*� eoneEn9iaeFs� �, Project No.. iBoring No. Project —LitseyRoad 513-9-547-01 IB45 Fort Werth,Texas Location Water Observations See Plate A.1 Dry at completion r Completion Completion W Depth 1Q0, Date 1.21.00 - Surface Elevation Type Auger Stratum Description P 14 s a � FwF tr,r�o � w..l a ;' 31 MYY brown.vel ne g end some 3.0 t ""`" tlnle5,YC Stiff o,ve rowsn rows,w cao calcareous3.0 Ces nadu ,o snits sad aelemte c 1s.very still' 4,h o rve brown en room.w/w 5 avery 3 4.5 9 34 15 •geding to dark olive brown.hard 4 18 )ld p.At Station 84400 � o 0 a 19 p LOG OF BORINGNO. B-15 Plate A.15 rnnaEn4lnaes Project No. BortagNo. Project Litsey Road t��y 513-9-547-01 B-16Port Worth,Texas � _-- — ,;o„ water obxrvat aas See Plate Al Dry at completion Complttion Cotnplatlon Dept 20.0, Date 1-21-00 Surfecc Mc ation Type Auger, 0 H Stratum Description9, If all AU o, b 61� crtt as tan. gravel,some ergaotes,and 5 21 Tf'.1m brow sad brown.wrealearooas 4.5nd iroaatalns 8 C o ve brown and brown. cereous 4.5 _ 8 5 n' u. ,fiae gavel,ironstairm and traea of organics. wry -ptdft to light gray,herd,9'+ 4.5+ 4 212ti 21 1 LIMUE O gay,moderatelyhard to 1 00/1.25 9 . ,75 Now At Station 89►00 a u a a� 4 f LOG OF BORING NO. B46 Plate A.17 Projcct No. Boring No. Project Litsey Road Boom 513-9-54Fort Worth,Texas Location Water 4bsetvations See Plate A.1 Dry at completion Complctiaa Completion De 20.0' Duce 1_m-00 _ Surface Elevation 'type Auger -- o iz Ca S Stratum Description U A K u �aree d .S.9y sill! aid �a � a tx 144C.: ave :314aAIR � � 31 C olive bwws, ivlorsun►m trace 20 of calcareous nodules and 6ne onvel tva Wn an Mown 5 23 23 gray,m. tely bard to bar 12 —5IMP ! .75 S gray an rbvm,� sticicensided,hard 4.5+ 16 1 X10 .... _ _ � .... ... ..- _. _. .... ._ ._, _ _. Note:Al Station 94+00 i i — o z 0 z 'o. v —, 4 ti J g Plate AMLOG OF BOMNGNO. B-17 ProjeetNo. Boring No. Project Litsey Road 513-9-547-01 B-18 Fort Worth,Texas _ i.oestion water Observations A See Plate A.1 Dry at completion Completion Comphtion i}cptlt 5.0' D°k 1-21-00 Surface Elevation Typo Amt. own $ se 3> A CL � Z � d� Stratum Description � a �� ,a� �� =°� � 19 �'� i s 0.i qQ a A odiS A+lH Rin ;3.3a.:3a.s id �u �u�a IM CIAY.brown. brown,and tan. -TS 53 20 3 22 w/organics aced some gravel,firm 2. _ LYiVIR.5TONS.gray.moderatelyar to had - 0.25 G I A Note:At Station 99+00 f �i d 0 9 Plate A,19 LOG OF BOWNGNO. B-1$ «.,� pone£ngineer ProjectNo.. Boring No, Project ` Litsey Road tars, 513-9-547-01 $-19 Fort Worth,Texas Location Water Observations See Plate Al Dry at completion 1 Completion Completion Depth zoos Date: 1.2240 „ Surface Elevation Type Auger d e w $ Stratum Description 1-0 0 rx PON 11.455 0%= t+.S XU a.3 UAW 1 CLA brown and tan.w/abun of tme3tone 4.5 $ "”" erste and or ve stiff ,S tan,m crate to hard 6 75 1 .3 S . dark olive brown,der graX,and tars, sothe caic8rdous nodules,very stiff 4.13 17 15 ***� -voids to gray,!T+ ,$ 17 NOW M Station 104+00 LOG OF BORNO NO. B-19 Plate A.24 o�n-��ginerx Projeettdo.. I Boring No. Project UtseyRoad 513-9-547-01 B-20 Fort Worth Texas Location Water Observations Sec Plate A.1 Dry at completion { Com ,),Pt Compk4on pkaon 10.0' Darn 1-21-00 Surface Elevation Type Ammer, cy zAlaa Stratum Description A a b . �� in adIgo T " brown c 43+ 78 28 2 rowan ubn n g NI MPF®reddisb Mind liarstoat and bf anics.hard ! n. to very ftWO A ASPHAW S 00!0.75 _ ' 4 0010.15 —I — — — — — — — — — — — — — — - - Natc At Shfion 109+00 S .i V. O A 3 LOG OF BORINGNO. B-20 Plate A.21 —FoaeEaglnecr Pm*tNo, Boring No. Project Litsey Road 513-9-547-01 B-21 Fort Worth,Texas / C� ,.. Location Wates Observations (� See Plate A.1 Dry at completion Completion Completion Depth 10.0' 1 Dat` 1-21-00 Surface Elevation Type Auger O ,,t O S� Yst �.QVJ y Stratum Description . .�* 0 4 - 4 " pr Mrd, 0 a � a D4 as wH a.Ai A T 3"thick 3 u brown town, ca csrnous n u es 1S 66 21 45 and i onstains,very stiff — 5 -grading to light brown,vdGne Smvtl,sti$44 2.D &t1ALY CLAY,brown,light rawa,tan fight Bray,very stiff' b Note:At Station 1.154011 , { i i a t 1 0 D p�p LOG OF BOMGNO. B-21 __ Plate A.22 #�eEagineks Project NO.. bJI-Oh Project Litsey Road 513-9-547-01 Fort Worth,Texas Location Water observations See Plate A.1 Dty at completion Completion Compledon _ Depth 10.0r 1 Dat` I-21-00 _ Surface Elevation Type Auger A Stratum Descriptions T ]a vc cawF- ►�- a,ra E.. 3"tbicic t 3,0 _53 18 35 1 brown And gray,WfabuWani 3.0 14 stiff eTgTit�'w`a,light BAd light gny.vdabundant Fide gravel,very sti$ 4.0 18 ' ed, fight tan,right Wvq4 wommandf fight gray,ttdcelarcoat nodules.konstains,and gravel,very stiff b.0 27 6 Nota At Station 120+00 i I I 1 o � z 4 d e I LOG o>:saxlxG No. B-22 'late A 23 p�neEnglneez- P4ctNo Boring No. Project Liitsey Road 513-9-349-02 B-23 Fort Worth,Texas �+ Location Water Observations ,. See Plate Al Dry at completion Completion Completion Depth 20.0` Date 1-22-00 Surface Elevation TYPO Au ex 4: — o x Stratum Description b s � w 9 a CO 3•thrclt 7 Ow.bard 5 0/2:25 SHAbX g AX.*tZrayandtanwrysifft .,. 40 54 33 2. I .� -grading to brown Mron lamm 144 22. _ -vadwg to mottlod olive bm%m asut&*gtay-194 i i " Now.At Su tim 126+00 � i V W r7 Z a w = .� LOG OF BORING NO. B-23 Plate A.24 i f oneEngineer Project Na. BodusNo.. Project 1.itseyRoad 513-9-547-01 P-6 Fort Worth,Texas Location Water Observations See Plate A.1 Dry at completion Completion Completion ?_ �II 10.0, bate 9-21-98 _ Surface Ekvaticn Type Auger Stratum Description brown,W/Ltnestona gmertts 28 211 ? rt.wea u ,mo y herd -bard,31-3,S S 1. .bud,t••la 10011, Wtii Atapprafcnoate Station 33+00 n 4 $ L oG of BORING No. P-6 Plate A.25 Project Na ori Bag No. Project Litsey Road 513-9-547-01 S-17 Fort Worth,Texas C.ocabon Water Observations See Plate A.1 Dry at completion C�omppletion Completion °tom` 20.0' Surf=Elevation Typo r Auger ngineez V Stratum Description a a� a; 'VIM J"9;, B .• a.in a w &rk brown. Lmestono;hard 43; 1 I tsn,moderately _ -hard.2'-7 •hand XY-4' 1D0/v i SHALY CLAY tan,vd 1M-n5tofi4 V' ` C f interbodded tan-and gay,131+ 1 SUM&S_HALY CtAy Ahrt-gny t 18 OIk11S. 2 Note:At appvwdmWx Station 143+40 ` i i 6 a: a n 8 $ Plate�•� LOG OF BORMaNO. S-17 r_ _ I neEngiaeaz Project No., SoringNo. Project Utsey Road 513-9-547-01 P-7 Fort Worth,r"m location Water Observations See Plate A.1 Dry at completion Come6on CompletionDepg 20.0' Dobe 9-22-98 / 9 Surface Elevation Type fa' Auger •amoo Oki Stratum Description c:. 22a'�A moo, sale CLAY,brown,w1 limestone ftagmenls.very stiff 4.3 51 1 L[ O mn. ,m erately hard -hard.2'-Y -bud.4'-9' 1000.3% 3 SIiALY CLAY, dish brown,Yd'uoostains,very 3 24 1 stiff -." i 1.3 •1 Note:At swoodwate Stag 143+00 0 a 4u foG OF BORING NO. P-7 Plate A.27 � bnneF�,ginter NcctNa. BoringNo. Project Litsey Road 513-9-547-01 P-8 Fort worth,Texas Location Water observations See Plate A.1 Dry at completion Completion Carapletion Depth 20.0' Data 9-22-98 �. Surfoea Elevation Type An er C s o a y Stratum Description v 9 2- OAY brown and tan w!ironstsins.herd 4..5+ 1 4.5+ 11 4.5+ 49 21 28 1 fight brown.%W ironswins 6'+ gray as brown.iW uonduas, arif ^.�. .5+ 21 1 3 Now.At Vp w&aata Swioa 156+00 Y a4 P ,;! �f, R o• a •� n 4 8 .r o LOG OF BOIUNGNO. P-8 Plate A.28 LIME SERIES TEST RESULTS Boring: B-20 Depth: 0.5' to 2' Material: Clay Percent Lime pH 0 7.0 2 11.9 4 12.4 6 12.4 8 12,.5 10 12.6 G: PLATE A.29 -.0-030 4800 RESULTS C. psf 1004- -0-020 ip. dog 21 .6 ;.-1t. . . . . . . . . . . a TAN 0.40 . . . . . . . . . . . . "r*",r 3200 -0.010 0 Di C. 0 4 Z. ...j j j., �4_ 0 3 4.. 4. . . . . . . . . . . . 0.010 1600 . . . . . . . .. . . . . 2 C 1--t..4, .4 4 4-44-4- i i-446 4. 14 4_;L. 4 . . . . . . . . . . 0.020 T . . . . . . . . . . I t ....... .3.�1 4- f 44, 0,030 . . . . 0. 0 0.1 0.2 0-.3 0.4 0 1600 3200 4800 Horiz, Deform in Normal Stress 6.0.00 SAMPLE NO. 1 2 WATER -CONTENT, X 10,6 10.6 10--.6 .0 DRY .......... DENSM, pof 105.5 105.5 105.5 . . . . . . . . SATURATION, X 51 ,4 51 .4 51 .4- 400.0 z VOID RNTMO 0.538 0.538 0 538 DIAMETER. In 2,50 2,,50 2.50 HEIGHT, I n,- 1 .00 1,00 1 300e -R 06Nf. X MATE M 20,4 20,4. 20.4 j DRY MStTY. pcf 105 1 105 .1 105.1 0 2000 SATURATION, X 97.5 97.5 97.5 VOID RATIO 0 545 0.545 0.54'3 < DIAMETER, in 2-.50 2 50 2.60 1000 WEIGHT, i-n 1 .00 1 .00 1 .20 NORMAL STRe-SS, ps-f 1000 2000 3000 01 0 0.1 0.2 0.3 0.* MA-XI-MUM SHEAR. psf 1354 1887 2146 Horiz. Deform. . in RESIDUAL SHEAR. ps-f Strain rate, X/min +.488 4.488 4..488 SAMPLE DATA -SAMPLE TYPE: Shelby rube CLIENT: Ho I f f Associates, Inc DESCR17-TION: Clay.dork brown brown PROJECT: Litsey Road LL- 43 PL- 17 PI- 26 0 SPECIFIC GRAVITY- 2 65 SAMPLE LOCATION: Fort Worth. Texas FMMo�RKS: Boring B-10, 4'-.5 51 PROJ. NO.: 513954701 DATE: 3-1-2000 DIRECT SHEAR TEST REPORT FIG. No. L Rone Engineers. PLATE A,30 -4.02 . . . . . 7200 RESULTS -2 as ....4 v . . . . . . . . . . . C. ke f 2895 . . . . . . . . . . . . . . . . . dog. 2.2 . . . . . . . . . TAN b 0.04 4800 01 lot ton i4--i. -4 4 44- 9) J,i -C )-t-t- .......... 4.. 0 .4-4 -i4- i-i i. -4 i-il; -}4- t2 U) . . . . . . . . ..i.:.: 4- 4, ..1 4 ........... . 1 .34 . . . . . . . . . . . . 4 2400 . . . . . . 4 1.4 . -4 t- 1 .4 .1 44 > •. . . . . .. . . . . . . . . . 2,68 a. ALI --i i 4 4-o2 3 0 0 0.1 0-.2 0.3 0;4 0 2-400 4800 7200 Horiz. Deform_ , in Normal Stress 0000 1SAMPLE XO. 1 2 3 WATER CONTENT. X 11 .4 11 ,4 11 ,4 50f.0DtNSITY, pcf 115.4 115.4 115,4 T11 37 -1 tkRY SATURATION, X 72.-e 72.6 72 6 Cl. 4,000 z VOID RATIQ 0.407 0-407 0.4-07 H DIAMETER. in 2.so 2.50 2.50 HUG.-HT, (n 1 .00 1 .00 1 .0 3000 FIE. WATER CONTENT, X 19.3 19.3 1913 . . . . . . . DRY DENSITY. pc-f 113.6; 113.6 113 16 2000 SATURATION. X 117.0 117.0 117.0 to 41 4-4:414- 4 VOID RATIO 0.42- 9 0-429 0-.429 +44-414.1.; i.. -:44 i.... -;-44-11j- T . . . . . . . 01AMETER. in 2.610 -vo fl�- 2.50 2-.50 low . . . . . .4441 WEIGHT, I n 1 .02, 1 +02 1 -02 . . . . . . . . . . . . 7 NORMAL STRESS, p3f 1000 2000 3900 0 0.1 0,2 0-3 0-4 MAX-IMIJU SHEAR, pof 3203 2984 3039 Horix. Deform . In *RESIDUAL SHEAR, pst SAMPLE DATA Strain rate. Xlmln 4 r 4438 *.488 +-.485 SAMPLE TYPE: Shelby Tube CLZENt: Halff Associates, Inc. DESCRIPTION: Silty Clay.brown & dark brown PROJECT: Litsey Road LL- 50 PL- 19 PI= 31 .0 SPECIFIC GRAVITY- 2 65 15AMPLE LOCATION: Fort Worth. Texas REMARKS: Boring B-11 . 9'-10 51 PROJ. NO.: 513954701 DATE: 3-1-2000 DIRECT SHEAR TEST REPORT IFIG. NO. Rohe Engineers PLATE A.31 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK ,— CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank GC-6.06.1) Minority Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank `ORT WORTH ` "�"""'•- �""" '�' City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of tho:contract is greater than$50,000,;then:a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less,then an MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is_J,5_%of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. `fhe_Offeror shall deliver the MBE documentation in person to t66 a'pppropr"tate employee'of the managing-departme'ntand'abtain a.dateltime receipt. Such receipt shall he evidence that the City received the docurilentati�jn the tune allocated. A faxed copy will not be accepted; 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization f=orm, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. S. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS.DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)212-2674. Rev.5/30/12 ATTACHMENT IA Page 1 of 4 FOR I' Wo RTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime AUI Contractors, LLC. PROJECT NAME: ' J,'i'EE X NON-MINVDBE E DAT Litsey Road from Cleveland-Gibbs to Independence Parkway 1 BID BID DAT 2 City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15% 1 15.12400 00909 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 FORT WOR I H 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 fine's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please not that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate SUBCONTRACTORISUPPLIER T n Detail Detail Company Name I Subcontracting Supplies Address e M w s M Work Purchased Dollar Amount Telephone/Fax r B B B B E E E E Haydon Capitol PO Box 8369 Fort Worth, TX 76124 1 X Gabions, Rip Rap $437,111.00 817.478.3765 Retaining Walls 817.561.2368 Fax Cowtown Traffic Control 112 W Jessamine St 1 X Barricades $13,650.00 Fort Worth, TX 76110 817.924.4524 817.926.2725 Fax Cowboy Trucking 4610 Crystal Lake 1 X Trucking of $230,750.00 Dallas, TX 75236 excavated material 972.780.9094 972.780.9394 Fax North Texas Rebar 7223 Rendon New Hope Rd Fort Worth, TX 76140 1 X Rebar Supply& $181,354.00 817.929.8645 Install 817.483.9911 Fax EI Cala Construction PO Box 7576 Fort Worth, TX 76111 1 X Install sidewalks, $162,175.00 817.271.3640 & barrier-free ramps 817.222.0578 Fax Rice Tunneling & Boring, Inc. 514 Allen Avenue Duncanville, TX 75137 1 X Boring $12,740.00 972.298.8363 972.298.8364 Fax Rev.5/30/12 Fula ATTACHMENT IA 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 o 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 Peachtree Construction 5801 Park Vista Keller, TX 76248 1 X Asphalt $131,364.00 817,741.4658 817.741.4648 Fax T-Bar Fence Co. 1912 Peyco Dr. 1 X Fence $44,703.00 Arlington, TX 76001 817.467.0412 817.467.7330 Fax Concrete Penetrating Comp n 2303 Shorecrest Dr. Dallas, TX 75230 1 X Sawing/Sealing $26,388.00 817.332.2220 214.634.0953 Fax SYB Construction 421 Complex Ave. Irving, TX 1 X Brick Pavers $5,720.00 972.790.1900 214.399.1586 Fax Inlet Structure Specialties, Ll J PO Box 360963 Dallas, TX 75336-0963 1 X Storm Drain $165,580.00 972.287.1454 Structures 972.287.1486 Fax Independent Utility Construction 5109 Sun Valley Dr 1 X Electrical $334,151.00 Fort Worth, TX 76119 817.478.4444 Rev.5/30/12 Fahr _ ATTACHMENT IA 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 qoal. Attach N NCTRCA Certificate SUBCONTRACTORISUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Address e M W s M Work Purchased Dollar Amount Telephone/Fax r B B B B E E E E Metroplex Pavement Markings, 1303 Jelmak Ave. Grand Prairie, TX 75050 1 X Pavement Marki s $18,145.00 972.399-3500 972.313.0059 Fax CT& S Metal Works 1513 Maryland Dr. 1 X Provide& Install $183,462.00 Irving, TX 75061 PR 1 Rail 972.554.9629 972.438.9828 Fax Rev.5/30/12 ATTACHMENT IA P FORE NORTH age 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 110251040.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 9221253.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1 ,947,293.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o 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. B Doug Alumbaugh Autho zed giture Printed Signature President Bobby Gordon Title Contact Namerritle(if different) AUI Contractors, LLC. 817.926.4377 -817.926.4387 Fax Company Name Telephone and/or Fax 4775 North Freeway dalumbaugh(aD_auigc.com Address E-mail Address Fort Worth,TX 76106 1,11.13 City/State/zip Date Rev.5130/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK �. CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank City of Fort Worth, Texas Mayor and Council Communication N COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects RECOMMENDATION: -- It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fu nd/Accou ntIC enters Submitted for C4 Manager's Office-by-.- Fernando Costa (8476) Originating Dgartment Head: A. Douglas Rademaker(6157) Additional Information Contact: Eric Bundy (7598) HEAVY &HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool O rator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 As halt Shoveler $ 8.80 Batchin Plant Weigher $14.15 Broom or Swee r Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher,Paving $12.85 Concrete Finisher,Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 ,® Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Oerator $14.50 Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick,Dra line,Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter,Structures $11.63 Form Setter,Paving&Curb $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer,Common $ 9.18 Laborer,Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator,Fine Grade $15.20 Motor Grader Operator,Rough $14.50 Oiler $14.98 Painter,Structures $13.17 Pavement Marking Machine Operator $10.04 Pi la er $11.04 Reinforcing Steel Setter,Paving $14.86 Reinforcing Steel Setter,Structure $16.29 Roller Operator,Pneumatic,Self-Pro elled $11.07 Roller Operator,Steel Wheel,Flat Wheenamping $10.92 Roller Operator,Steel Wheel,Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 ... Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator,Crawler Type $12.60 Tractor Operator,Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver,Lowboy-Float $14.93 Truck Driver Single Axle,Heavy $11.47 -- Truck Driver,Single Axle,Light $10.91 Truck Driver,Tandem Axle,Semi-Trailer $11.75 Truck Driver,Transit-Mix $12.08 Wagon Drill,Boring Machine,Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Classification Hrly Rate Classification Hrly Rate AC Mechanic $21.69 Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Brlckla er/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20.50 Crane,Ciamsheel, Backhoe, Derrick, D'Line Drywall Taper $13.00 Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12,63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 1 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer Resilient $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter Helper $8.00 Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK ... CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date:July 16,2012 Permit No. -- P - Iz -c`b2. Eg - Name of Owner or Applicant:City of Fort Worth,Patrick J.Buckley,Senior Telephone No. 817-392-2443 Office Use Oply Professional Engineer Approved ditiong- Henrietta roved 'Address of Owner:1000 Throckmorton St.,Fort Worth,TX 76102 Nearest Stream Denied"Creek res Location of Permit Area(Address or Legal Description) Date In:41i :` Date Out: Please see location map, Figure 1. Processed By: reC� Aporoved B PURPOSE OF REQUEST: X Excavation X Filling Dredging or Mining Utility Construction Building Permit X Grading X Paving Drilling Operations Other BRIEF DESCRIPTION OF PROPOSAL(Attach separate sheet It needed) .r Litsey Road Improvements. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 33.622 so.mi. 2. Regulatory flood elev. 590 ft not available. se 3. Has site previously flooded? X Yes No 4. Is site subject to flooding? X Yes No 5. Is safe access available during times of flood? Yes No X Unknown 6. Is the proposal within tree designated floodway? X Yes No Unknown 7. Have all necessary prior approval permits been obtained from federal,state or local governmental agencies? X Yes No (If no,explain;if yes.provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: t. Two t2)sets scale drawings showing location,dimensions,elevations of existing and proposed topographic alterations,existing and proposed structures. amt location!ela!ive to floodplain area. 2 Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations,reports,etc_,used as a basis for proposed improvements. 4, lowest floor elevation;including basement)of all proposed structures. 5 Elevation to which any non-residential structure shall be flood proofed, 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth it Section 7-347,Sub-Section b,Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Into. Not PROPOSAL; Yes No Available icityof char,nefVf)oodways.,Iwatercotsrse it :`i•odolain area? h �o .awsiileig ts, '! , ?, C,<<4 �r ti"i1 ,+ rr- c.s Fd'i •t '�+ tl 'Cd'•'a E G"• J:a-3.tc�pf:t�:ttwS•? .* 3 !nct:vid'L'till, or i:'i`tined With other existing or antic pated development expose actp)ren. r f t>c i v to tiU'i Sr..'.'.(k.d effec!s? ?. Of floodwaters stitf cientsy to create significant erosicr. of � S')1;5. 3 l bil:nt orwory of adiacei ,)r0 erty ti 3t;?RI;?!Cf:,'v7`tSirt?2r11' t c ' ):;:+, . r�i ..h•(in. fCG�jyV:,t/t';d'ufiir`,g ii'[Crt?.9.5"e ir' f?:ra!i IE>V4't5? -. ^•{.+..........__.. . . i S t'.'re8asyrable loss i i 000d we FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998,adopted June 13. 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions ..r described within the permit constitutes a misdemeanor and upon conviction,a person,firm,or corporation could be fined up to one thousand dollars ($1,000)a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be ,.. superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and *� community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand tha if y application is der-ed,I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Com issl14 /t !' Sighatu/e of ,',pplicant r Authorized Agent PM l r. �r OFFICE USE ONLY ..,, FLOODPLAIN AREA DEFINED BY: QEMA COE FLOOD STUDIES HIGH WATER MARKS OTHER FEMA INS ZONE i Lc FEMA MAP NO. `I f Z t C nye FLOOD ELEV. GROUND ELEV. ,. I FLOOD PLAIN STUDY FP-Gl -Oz"-L-04 PLATE NO. FLOOD ELEV. 1,30NDITION$FOR APPROVAL'OR REASONS FOR DENIAL" I i r ' (. i I i i I l M, Army Corps of Engineers y �1'I"`lN: CESWF-RE-•M + �, s� l� is a a � P. O, Box 17300 Fort2orth, T 76] Q2-OpO sulR qT: tice=se to Wi i+a L ; Road, No, GAGK 06-.0�7 �uclge Horn- Enclosed Morn-Enclosed is your signed copy of the document r kAQ04 aboveMw �, 7t need further assistance, please give me a call, tbgwk you, VICKI A.KERS Realty Specialist ad.i: Real Estate Division s Fort Worth District �. U.S. Army Carps, of.,Angineers w- 817/886-T1114 F: 817/006-6426 r• Enclosure n„�a a�;;. Ms: z:t i .i T aa. .z Sr: .z Intentionally Left Blank OR O. DACW63,3-08-0671 ` NT OF Tlx: LICENSE I664TON COUNT, , THE SECRETARY OF THE ARMY, hereinafter refetted to as the Secretary,under authority of Title 10 U.S.C,,Sections 2668,horeby grants to Denton County,P.O.Box 2.850, Denton,Texas 7'6202,hereinafter referred to as the grantee,a license,fir temporary construction (widening Iatsey Road)on Tract No. F-512A, Grapevine IAWover,,across,io and up,.n lands of - the United.States, as identified in Exhibits A:through C,atted hereto and made a paft: reof, hereinafter referred to as the premises, t. . THIS LICENSE is granted subject to the following condi ;.. 1. TERM This license is granted for-a ted,,of five.(5)years be, Septe4ber 15;.2008 and ending September 14s 2013,but is revocable at wi11 by the:Secretary. 2. CONSIDERATION The grantee shall pay in advance to the United States tip amount of Two hundred thirty five and no/1001)ollars($235.00),in full for the terms hereatpayable in advance to the order of the Finance and Accounting Office,Fort Word,p%pct,and tleliv to Cor Engineers,of Engineers,ATTN-. CEgWF-RE-NI,,Post Office Box:03000,Fort Wott!4 Texas T�102�0300. 3; NOTICES All notices and correspondence to be given pursuant to this]lose Shall be addressed,if to the grantee;to Denton County,P.O.Box 2850,Denton,Texas 76202;.and if to the United States, to the District.EngWeer,Attention=Chief, Real Estate Division,MSM-RE-M,.Post Office Boz 17300,Fort Worth,Texas 76102-0300;or as may,from time to time otheIrwise be directed by the parties.Notice shall be deemed,to have been duly given if and when enclosed in a.,properly sealed.envelope addressed as aforesaid,and deposited,postage prIpaid,in a post office regularly maintained by the United States Postal Service, ::3.. RECEIVE-i RAR 0.22E�9 4. AUTHORIZEDREPRESENTATIVES Except as oth6twise specifically provided, ided,any reference herein to "Secretary",, "District Engineer or"said offlcer4 shall include their d0y authorised rept.esontativois. ,Any reference to ,"graiitee:0 shall include any duly authorized representatives. 5. SUPERVISION BY THE DISTRICT ENGINEER The use and occupation of the promiwa"I be subject to the goneral supervisioll.and approval of the District Engineer,Fort Worth District hereinafter referred to as said officer, and to time � said to jwO rules and regulations as may be prescilbW from;U.''M by s 4 officer. 4, APPUCABLE LAWS AND REGUIATIONS The grantee shall comply with all applicable Federal,state, county and municipal IAVVS, ordinances and regulations wherein the promises are located. 1. CONOMONAtUSEBY GRANTEE The exetcise of the privileges hereift gtknted shall be. a.Without cost or expense to the United States. b.Subiod to the-right of the United States toimprove,use or,maintain the premises,; c.$ubjept to other outgmts of the United.States on the promises,. d..Personal to the grantee,and.this license,or any interest there n,may not be transferred or "A USIgnuu.. & 'CONDITION OF PREMISES 'Mo grantee acknowledges that it has inspected the pronu;1$M]mows its cQnditionand understands that the same is granted without any reptesentations or warranties.whatsoever and without any obligation on the part of the.Uhited Statm 9. COST OF ILMUTIES The grantee shall pay the cost, as determined by the o0cer having immediate supervision over the premises,of producing and/or supplying any utilities and other services furnished byihe Govettimeht Or through Government-owned fadlities for theuse of the grantee., including the .grantees proportionate share-of the cost,of operation and maintenance of the Government-owned facilities by which such utilities or services are produced ot-supplied. The Government shall be under no obligation to furnish utilities.or services. Payment shall be made in the manner prescribed by the officer having such jurisdiction. 10. PAM, The grantee shall keep tho promisea in good'order and io wcleaaj safe condi tion by and at the expense of the grantee.The grantee shall be responsible for any dame that may be caused to property,of the United States by the activities of the grantee under t :license,;and shall exercise due diligence in the protecti=of all property located on the premises against fire or damage from any and.all other causes. Any property:of the United States damaged or destroyed by the grantee,incident to the exercise of the,privileges herein granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to said officer;or at the election of said officer, rcimbursemont made therefor by the grantee ilk an to unt necessary to restore:or replace the. Omperty to a condition satisfactory to said officer, 1.1. INDEMNITY Thio United:States shall not beoble for damages to pkOerty or:injuries to persons which may arise from or be incident to the exercise of the privileges herein granted,or.for damages to the grope'of the grantee, or:For damages to the property or injuries to the person of the grantee's officers, agents, or employees or others who maybe on the premises at their invitation of the invitation of any one of them, and:the grantee shall hold.the United States harmless from any and allsuch claims:not including damages due i"o the fault or negligencaeof the United.States. or its contractors. .w 12.: RESTORATION On or before theexph-ation of this-li se or ita termination by the grantee,the grantee shall vacate the premises, remove the property of the grantee,and restore the premises to a condition. satisb# ry to said officor. If,however,this licennse is revolted, the grariteee shall vac ais the prexmses,remove said property.a d restore the premises to the aforesaid condition within such time as the District Engineer may designate. In either even,if the grantee shall fail or neglect to remove said property and restore the premises,then,:at the option:of said officer,the property .shall either become the property of the United States without c* ponsation therefor,or said officer may cause the property to be removed and no claim for damagea against th.United States or its officers or agents shall be c;rcated b�y:or made:on account of cb m oval.and restoradon vp*. Ile grantee shall also pay the United States.on:demand.any sum which .mar be expended by tate United States after the expiration, revocation,or tert ation.,af this license in rosw ing the premises. 13. NON-DISCRIMINATION 'I've grantee shall not discriminate`agaiast any person or;pczwns or exclude them from participation in the grantee's operations,programs or activities because of race;color, religion, sex,age,handicap or national origin in the conduct of operations can the premises. The grantee will c6mply with the Americans with Disabilities Act and attendant Americans with Disabilities Act.Acooss0flity Guidelines{ADAAG}published day tbe_rchitectural and Transportation „� lois= ampliance Bmd. K. TERMINATION This license maybe terminated by the grantee at anytime the District Engineer at lost ten-(1,0)days notice in writing .0 the ,d States of any provided that no refund by ' Unite consideration previously paid shall be made and provided further,that in the event that said. notice-4 notgrVen at least ten(1p)dayspnor i -to-the rental due datoI- the grantee shall be required to pay the consideration for the period shown in the Condition on CONSIDERATION. 15. ENVIRONMENTAL PROTECTION a.Within the limits of their rospective legal powers,the parties to this license shall protect-the premises against pollution of its airl.ground and water. The grantee shall comply with any Jaws, regulations conQions,or instructions affecting the,activity herby autho, J d i 91 =. f and when issued by the Environmental Protection Agency,or any Federalstate,,inteTstate or local governmental agency having.jurisdiction=to abate of prevent pollution. 'Me disposal of allyloxic or hazardous materials within the premises Is spocifically prohibited.Such regulations,conditions,ox instructions in effect or prescribed by said Environmental Protection Agency,or any Federg., state,interstate or local,govemmental agency are hereby made,a conditio n of this license.The grantee shall,not discharge waste or,effluent from the premises In�sudh a manner that the discharge will contaminate streams or other bodies of water,or otherwise become a public nuisance; b.The grantee will.use:all:reasonable means available to protect theT environmetvt and;naturO resources,and where damage nonetheless occurs from the grantee's activities, the grantee shall be liable to restore the•damaged resources. e.71m.grantee must obtain approval in writing from said officer before any pesticides or herbicides are applied to the prcmisics. 16. HISTORIC PRESERVATION The grahtbeghall not teffi6ve or disturb,or cause or pdrittit tobe removed.or disturbed, any historical,archeological,:archltecturai or other cOltural artifacts',relics-remains or objects of antiquity. In.the event such Items are discovered on the premises,.the grantee 8hall:imM6&AWly notify said officer and protect the site and the material from further disturbance until said officer gives clearance to pried. .111. DISCLAIMER 'Ibis license is effective only insofar as the tights of the United States in the premises are concerned;and the grantee shall obtain-any permit or license which,may be require-by Federal, state, or local statute in connection with the use of the premises.It is understood that the granting of this license does not preclude the.necessity of obtaining a Department of the Army permit for activities which involve the discharge of dredge or fill material or the placement of ftwA structures in the waters of the Un!W_'States,pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3'..MAmh.1899(33 U.S.C.403).and Section 404 of the Clean Waters Act(33 U.S.C. 1344). 18. ADDED CONDITIONS a..The County will be required to mitigate in accordance wj$,t a attached mitigation plan marked Exhibit D. b.The proposed.mitigation plan should be adjusted to meet the 3:1 replacement ratio and should requim$0%swvival for three succeWvz growing seasons.. c.The County will be required to toughly water during dry periods and to provide a. 'tor m nreport monitor port at the end of each growing-season. d,'Tbe area to be used for mitigation should be on Corps property, preferably in a Wildlife, Management Area. e.All midgation associated with this license and the;previously issued easement should be coordinated through the Grapevine,Project Office. L The construction work ret este&qualifies for Nationwift IV* 14 Unear'Ttanspoftation Crossings,, Please ensure that Denton County compl.ies, j � kms and nditions contained in the Nationwide Permit 14 attached as Exhibit This license is not subject to Ufle 10,United States Code, Settion 2M, afamexided. IN WITNESS WITEREOIR,,I have hereunto set my bond by,authority of the Secretary of the Army,.this (lay of, I- Hyla ead 0 Chie PReal Estate Division THIS 11MCE is executed by the grantee this day of Denton aunty 4&tffln �T 7 ! .� CERTIFICATE that I am the Co"" 0".16 of Denton County,named as a licensee herein;`thattw+ ;who signed this license pi e e e!1 ul ui i I qA - Y on behalf of Denton County,was then '• ! : Intentionally Left Blank 40z} . FIGURE 2 ROW-6 �T uAa " I4EG.AL DESCRIPTION TRACT ROW-6 BEING a tract of land located in the F.Huston Survey,Abstract No.597,Denton County,Texas and being a pati of a called 53.10 acre tract of land conveyed to the USA Corps of Engineers(F-512A trot),according to the deed described in'Volmme 290,Page 218,of the Doed Records of 1De�ton County,Texas(D.R.D.C.T.)and being more particularly described as IbUoWs BEGINNING at a point in Litsay Road at the southwest.cornet of said.53.10 acre tract of land and:in the south line ofsaid F. piston:Survey,said pointalso being the southeast comer of a°44:1.90 acre trail of land conveyed to oan6ke Land.l?artners,ltd.,as recorded in County Cler l ding N'umW.9 1075117,of the D RD:C.T.. • THENCE North 07 degrees 3$mutes 05 seconds East along the west fine of said:53;10 acre tract passing a Corp of Enginders.Monument located a distance of 18.60 feet and in all a distance of 81.99 feet to a 112 inch iron rod with a yellow cap stamped"Ha,lff Associates,Inc,(herein after xefes red to as`with cap").set for a corner, THENIM North$9 ,degrees 48 minutes 51 seconds Bast,deg #:ng said'west link for a distance of 274;37 feet to a 1l2 inch iron rod with oap:set in the easf',property'line of said 5110 acre tract'fora.corner, THENCE South 29 degrees 07,minutes 29.seconds�Vest:tilong said east line passing a Corp:offtinears Monument at 71.87 feet and in all a.:distance of 92.47 feet to a point in •� Litsey Road at the southeast,a corner of said 53.10.acretract,said point aisb being in the south line of said Ston gurney fpr a corner, THENCE South 89 depw 40 minutes 12 seconds West along said south Zine,f©r a distance of 2+40.1.9 fee t6i ft,POINT OF BEGINNING and.containing 20,814 square feet or 0.4.778 acres ofthe land total,more or:less of which 4,438 square feet or 010 19 acres.of'land within the existing right-of-way,more or less and leaving 16,376 square.fleet 71 or 0.3759 acres of land within the talring,more or less, t�ys,zoo 7 G EXHIBIT "A" i r ., .------- — --- l i ! i ROANOKE LMD PARTNERS LTD. CO.CLERK NO.99.0075117 i t'='•'-,�_-----J nee DATED T-23-99 1 441.90 ACRES O.R.D.C.7. '_, i / i % �� t ter• }�`\ .. z j ..-� PAA�NT TRAG'i �.• . USA leap oa i CORPS' RS ORAPEVINE 1 'CIO F,UIDD �q r uPQ6t1+YAOi73i10 ' A�.. FO,Rr WORrN.rx tow LEMW c EEASEW" AD ARY X cn T N15'491382E1 554'3g$���a4`E a • coa eA marl 34,69' r 43...0 i N07'35'El5'I» SOWIVOVE l 162.0 .203.59` i ROANOKE LAND PARTNERS.LTD POINT OF i` CO.CLERK N0.99=g0751iT BEGINNING ' .. +.. DA.TED M9,09 59.42 ACRE',$ NO7'35'05'E 63439' LI7SS89 'S1` 27�1.f6' S '41� Z9'07'29'W EY ROAf� IPgoPU6Eo izo'R.bt.l,iMD .aE.Ma4 " . t .�/ 51.51'. ?, F512^sa No.C O E.Mow. 3 T6�•00 , .77i — 1� ;� 0.3o _kb7+1M51'!'.Tl99----'.'—:Q4 �=_T..:-�-X•--^"----^'..%r.�x.��:.5+..�t �x�.X-�'—'7r+s�ct�s.spxain� m.��,�ei.+�.r��f:+---�'-�--r _.s . __" - .. .�_�==�= •- . ....+ '^ —LITB£Y ROA .. .» _•....,.....:.�,,...�«. CITY -•- ------------------ soNQ.CRO S -- t-- POINT OF COMMENCEMENT ! to,no I i to- S UT) ESTEM MI. ` T� VOL,.2361,PG:6T7 6B3 1 EXHIBIT' "B'. 0.5084 ACRE TEMPORARY CONSTRUCTION EASEMENT (TCE-V OUT OF THE FJ-#JSTON .SURVEY,A-597 CITY OF RO,ANOKE,DENTON COUNTY.TEXAS 9 NALFF ASSOCIATES 4D00 FOS CREE1t. BLVD'. FORT WCA TEXAS 76137 1.Jerry Lehew,Registered Profeisalonat land Surveyor.do hereby certify JERRY L.LEHEV that this porcelwcs prepared from a %WVey mode ort the around r%7=o"""""" ..'¢ under my suWvtston and dtroctlom 9°gip 3 e 9 7 GIVEN ttNnEit P W LAND a SEAL, this the dqy of 2000. JOW Lehew o so wo zoo Registered ProfessloTlgl Lund Surveyor ' SCALE W FEET lRlT "Pt" StateQ„ of TexoS No.3897 _ ,,,,��e %.ocA•,ci • ' . ' ` • • • i • ` ik A { AK I y 1 zl �f. kv r a , 'rt�CC�iF.r'€M+�;'.dE"3MH`%•�SeF.4a - e • Construction 0 USAGE y gLL EI Monument R !•� Ja - - - - - 1 AVI r Illli ' I � 1 O Intentionally Left Blank • ga 1 17 Table 2 below. In the event that some species are not avai le at the time of planting, changes may be ma& :to the species list upon approval of the LaIm Crrapevine Corps' ice. HAW beliews that significant.effort has been put forth in the deign pbm of the project to avoidand min impacts to natural resources and that the proposes mitigation plan would adequately mitigate for unavoidable impacts. TABLE 2-hftnGATWN Mcims DwRIBurwN AND ComponnoN L1sr 25 fL 25 ii.ora she ?5Mcm 8' edg q_ 25&ox- r, 10.15 R 0.0. Specify fenwes •1) ma�arlccmo 10.15 R OXL 20 m ,." 10-15&OZ lvftmS fem es .:1 _ qn sic 10-15 R ox, 20ptraft Spec*ficWts 2: ) Due"tD the linear nature of the project, mitigation within the right of-way will be difficult and impiac#i+nal, therefore Denton County would propose to mitigate on Corps property in or near`he impacted property or on another Corps tract if deerped.appropriate. Denton County shall be «- responsible fbr maintainimgan SO percent survival rate for all'tree plantings,for a period of two years. In the event that,the' 80 percent survivability qiteria is not met during the monitoring. period, Deaton County will supplement surYivmg vegetation with new plantings necessary;to. •■ reach the.80 percent survival. An.initial inspection and report documenting the state of mitigation 9' areas will be prepared and submitted.to the USACE upon project completion. Subsequent reports will be prepared annually for five years following project coimpletiorr and submt6�d to USAGE for evaluation and approval. dt Intentionally Left Blank DEPARTMENT OF THE ARMY (D�P'TT FORT'W©RM DIS`MCr,CORPS OF EIS'P.O.BOX 17VO FORTWORTB,TEXAS'7616�AY TO �EWTON OF K �2008 Planning,Environmental, and Regtdatory"cin Regulatory`Branch SUBJECT:Project NumberSWF 2t} 0 to ;a r.. 3 Y Mr Russell Marusak Envirornmental 5clentist Halff Associates,Inc. 1201 North Bowser Road y Richardson,Texas 15081 Mr Marusak y 4s Thank you for your letter dated#ebruary 122,2M$,concerning the proposed construction of the Litsey Road extension from near the intersection`of Rufe Show Road and State Highway 114.and extending westward to.IH-35W in Roanoke, .Denton County;Texas. This project has been.assigned Project Number SWP-2OOiI-00110. Please include,this number in all future correspondence concerning this mica. failure to reference the prcject.number army result in a delay. Under Section 404, the U. S.Army Corps,of.Engineers(LAACE) regulates the discharge of dredged and fill material into waters of the United States,iclttcting wetlands. Chir responsibility under Section:10 is to regulate any work in-,or affecting, navigable waters o�the United States. We.have reviewed your proposal and based on the information provides,it appears you may qualify for Natiomide Permit 14. Please review the enclosed NWP-14 for 11ear Transportation Crossings. Provided you comply, with all the terms and conditions therein,the project may proceed. Our verification for the construction of flus activity under this nationwide permit is valid of two years from the date of this letter,unless prior to that d to the nationwide permit is suspended,. revoked,or modified such that the activity would no longer comply with the terms and conditions of the nationwide permit regionally or nationally,, Tare USA-CE will issue a public notice announcing the changes as they occur. Furthermore, if you commence,or are under contract to commence,the activity before the date the NWP is modified or revoked, you"I have 12 months from the date of the modification or revocation to complete the activity under the present terms and conditions of this NWP. y L,. a . AN.. -2- r. Thank you for your interest in:our nat3ioij%water resources. It you have any questions concerning our regulatory program,Please refer to our website at bti.p-1/www� ,4usaw,, .mij/regwatory/or contact Mr.David Madden at the address above tzar`teloh-wie.(817)896-1:74.1.. Sincerely, Steplim L Books Chief,Regulatory.Rranch Enclosure NATIONWIDE PERMIT 14 Unaasr Transportation Projects Effective Date:March 19, 2007 (NWP Final Notice, 72 FIS 11181.,para.3) Linear Transportation Projeots.,Activities required for tha constructiot4,1 expansion,modification,,or improvement Of linoar transportation pr6jeds(e:g_,roads,highways,railways,trails,airport runways,and taxiways)in waters of the United States.For linear transportation protects In non-tidal waters,the discharge cannot cause the loss of greater than 1`/2-acre of waters of the United•Slates For Nnear transportation prplects in tidal waters,the discharge cannot cause the`loss of greater tha 1{3-acre of waters of the United States A iy stream,channel modification, including bark"stabilization, ss limited to the minimum necessary to constructor protect the linear transportation �- project;;suott'mod must be in the'immediate vicinity Of the project: This IMP also authorszes tempot'arat,0uctures,fills,acid work necessary to}oottsiruct the linear transportation project.Appropriate measures must•be taken to maintain normal downstream fSws,and minimize flooding to the maximum n3xtent practicable,when temporary structures,work,and discharges-kidutfing coffordams,are necessary for construction activities,:access Nis,or dewatering of constructlon!atlo&Temporary fills,must consist of materials,and fie placed in a manner,that will riot bs eroded l y expected higfl flat Temporary fills:rrrust be removed In their entirety and the affected areas returnedto Pre-construction, s The areas affected by temporary fess must be revegetated,as appropriate. This NWP cahnot be used,to autWbno non-linear features commonly associated with transportation projects; such as''vehicle maintenance or storage buildings,parklng lots,train stations,or airoraft hangars. Notiflcationt The permlttee must submit a pre-construction.notification to the district engineer prior to commencing the activity M (1)the loss of waters of the United States exceeds 1110 acre;or(2)there is a discharge in a special aquatic site,including wetlands..(See general condition 27.),(Sections 10 and 404) Note Some discharges for the construction of farm .roads or forest roads,ortomporary roads for ri oving,milling equipment, may qualify for an exemption under Section 404(f)of the Clean Water Act(see 33 CFR 32 .4). NATiONWIIDE PERMIT GENERAL.CONDITIONS Gen Conditions: The folipwlttg genera4 conditions.midst be followed in order„fo?any.aut Wization by a NWP to be valid 1.Navigation.(a)'No activity may cause more than a.minimal adverse effoct on navigation. (b)Any safety lights.arid signals ptesryrlbed by the LLA Coast Guard;throt igh regulations or otherwise,must be installed and maintained at the permlttee`s expense yin author szed facfiitles In navigable waters of the United States. P The permittee understands and ogrops that, future operations by to United States require the removal, relocador.,or other alteration,of the stl°ucture or work herein authorized,or If,irt;the opinion,of the Secretary of the Arms/or his authorized representative, said structure or work.shall.caUse'unreasonable obstruction to the free navigation of the navigable waters,the penrnitiee will be teiquirQd, upon due,nom from the Corps of Engineers;to remove,relocate,or aster the structural workorobstructions caused thereby,without expense to the iR*sd.States. No chim shall be made against the United State%on:account of any.such removal or alteratlont 2:Aqua>(o,L"6 Movements,No aGdiuit)t may substantially disrupt;the nocessaryme,cycle movements of those species of aqua Life indigenous to the watertaody,including those species trw- Maily.migrate through the area, unless the a *'a primary purpose is to Impound water.Culverts placed In sttea i must be installed to maintain low flow conditions. .. 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 exavat N Mot"downstream smothering by afttantial turbidity),of an important spawning area are n of authorized. 4.Migratory Bird Breeding Areas.Activities In waters of the United Statos thet-eerve 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,#ill'll$,a1 rpo activity is i directly related to a shellfish harvesting activity authorized by NWP s:*,and 48. 1 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 freefrom-toxic pollutants in toxic amounts (see Section 307 of the Clears Water AcQ... 7.Water Supply Intakes. No activity may occur:lr 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.Advwwse Effects From Impoundments.; If the activity creates an impoundment of•water,:adverse effects to'the -m aquatic.system due to accelerating the passage of orator;and/or°restricting ita flow must be minimized to the maximum extent practicable. 9.Management of Water Flows.T'a the maximum extent practicable,the pre-construction course,condition, cape ft and location of open waters roust be malntaln d for-each activity.including streann.channelization and storm water manager>ont activities,except as provided below.The ecttvity must be wnstructed 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 impoundmater or manage high flows:The activity may after the pre- construction bourse,00nditl6n,capacity,and fobation of open:waters if it benefits the aquatic environment(e,0.; stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains.The activity must comply with applicable FEMA-approved state or kcal. floodplain management requirements. 11.Equipment. Heavy equipment working in wetlands of tnudfiats roust ba placed ora mate,or other measures must be taken to minimize soil disturbance. 12,Soil Erosion and"Sedlthent Controls.Appropriate soil erosion and sediment controls must be used and mailitalned In dffec#ive operating oandftfori during constructit n,and all exposed sc►il end.other fills,as tresis as any work.below the ordinary high water mark or high tide lute,must be:permartie ft stabilized at the earliest practicable date..Permittees are encouraged to perform work within waters of the.United States:during periods of low-flow or ria=tlow la.Removal of Temporary,Fills.Temporary fills must bia.removad in their entirety and.:the.afiecteo areas returned to pre-construction elevations.The affected areas must be reveoe#ated, as appropriate. f4,Proper Msinti mance.'Any authorized structure or-fill shall,be,propefly maintained,including maintenance to ensure public safety. 15.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System, or in a,dver officially designated by Congresses a"study rlver`4or 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 rive[, has deterniined'ltt:writing that the proposed aetiv,ty will not adversely affect the Wild aril Scenic River designation or study.status. Information.- Wild and Scenic givers May be obtained from the appropriate Federal land management.agency In the area(e.g„:National Park Service,U.&Forest Service, Bureau.of Land Management;US,Fish and Wildlife Service). 16.Tribal Rights.No activity or Its operation may impair reserved.tribal rights,including, but .not.limited to, reserved water rights and treatyfishing and hunting rights, 17.Endangered Species: (a) No activity is authorized under any NWP which is Likely to jeopardize the continued existence of a threatened authorized under any.NWP.which"may affect"a listed or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act.(ESA),or which will destroy or advers*modify the critical habitat of such species.No activity:is 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. (c) Non-federal permittees shall notify 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 2 satisfied and that the activity is authorized. For activities that might eiffoct Federally-tisted endangered or tht'eatened species or designated critical habitat;the.pre:construction notification must include the name(s)of the endangered or threatened species that may be affected by#iia proposed work or that utilize the designated critical habitat that may be affected by the proposed work.The district,engineer will determine whether the proposed;activity"Miry affect"or will have"no effect"to listed species a :destglratiatl critical habitat artid Vvfit nom►the non-Federal applicant of the Corps`determination within 45 days of r apt of a complete pre-construotion notification. In cases where the non-Federal applicant has identif ed 0ste+d spootes or critical:h Mtge that alight be affected or is in the. vicinity of the project;and has so notified tete Corps;the applicant shall not begtp work until the,Corps has provided ► notificatlon the proposed activities will have"no effect"on gated species or critJ1 habitat,or until Seatibn 7 consultation has.been completed. (d).As aI result of formal or i riformal consultation with the F1WS or NMFS the district engineer may-acid species- specific regional endangered species conditicins:to the NWPs. (e)Authorization of an activ4 by a NWO does not authorize the"take"Of a threatened or endangered species. as defined under the ESA.In the absence of separate at0orhzatloh(e.g,,an ES*8e'_Ow 10.Perm1t,a Biological Opinion with'incidental take"provisions,etci.)from tl a,O�$,.FW$Or the NMi`S,`t, histhafwiid non-lethal—takes" ,. of protected species are in violation of the.ESA.Information on the.location of thr+ ed and endangered species and their critical habitat can be obtained directly tom the offices of the US.FW,8 fiend NM1=S or their worldwide Web pages at bUp;j7vMtfwszcaovl and!tic/t n taa.gav1fisheries hid Te lv ly: 18.Historlc Propertles. (a) In cases Where the,district engineer determines 't activity may affect properties fisted,or eligible for listing, In the ,National Register of Historic.Places,the act not authorized,untiY the requirements of Simon 106 of the-Mitional Hlstode Preservation Act(NHPA)haV0ebe+en satlati., .. (b)Federal parrnittees should fallow their own procedUM.S for coning wlfts tf ie requirements*MoctW,106 of the National Historic Preservation Act.FOderal permittees must pro4a•the dl Cit engineer wittt the appropriato documentation to demonstrate compliance with tho'ee regtiirernents. (c)Non-federal permittees must submit a pre-constructiorr notification to the tflstrict engineer If1tw authorized; activity may havethe_potential to cause effects to any historic properties I`isted,dotwhibecl to be sit,glble for llsting an,or potentially eligible for listing ori the.NatiOraal Register of Historic Places,Inducing previously trridertfdfled properties. Far such activities,the pre-oon$fruo#1 n notifieatwn must state which historic plopert s rriay bar affected i by the proposed work or include a vicin mail Indicating,the location of the historic properties ortlts pottential for the presence eat historic.properfles.Aeolstarca"retding information on the looart.of or poteritlaif€►rthe presence of historic resources can be,sought front the�tate<Histo- Preservation Offfcer�oi` �1{istcitfo Presenratiorr Officer,as appropriate,and the National l`tegister of Ptaces (see 3 GFf f)4(g)).The district engineer shall nice aseasonable acid good faith'efforfi to carry appropriate Idonfiti{tatidh1offorts,which Thlay.Inotide "' background research,const on,Drat history interviews;saunOle field InvesUgoont,anctfleld surveys Based,on the infarmafion submitted and these efforts,the ttistr t engiwethPeaIsneer shag doterflrte has the poterttlal to cause an effect on the historic properties.Wf nere the note-Feder +sp cant has ider4ed historic -. properties which tFie activity n ay have the potentzai to cause effects-and so nOt �t ie Corps,the cion-Federal applicant sheq riot begin the activity unN remitted by the district engineer either tt .t a.actively has no poteridal to cause effects-or that consultation under Section 106 of the NHPA has been oortip(Mid. (d)The district engineer will notify the pirospective perlitlttee withfia 45 days jof recti l cif'a%ftplore pro- construction notification whether NHPA Torr 100 consWtation is requirkf. iota e cors ulfatlon is riot required when the Corps determines that the activity does nOt hive trite poterrti�t4 cause effete on bworio properties(see 36,CFH 801y (a)).if NHPA sectiwi triFl consultation is ulred'arrd nrwill occur the distrlict engineer will noti f y the noxa-Federa�appkalnt that he or sh0•cannot taegtn vuork t�$oolon Ig6 Oonsultafiorr Is aornpleted. (e) Prospective permittees should be aware that section 1101 of the WPA(10 U.S C.470h-2(k))pr-, the Corps from granting a permit or other asslstattce.to:drri oppliew who;with irrterat#c avoid the requiremeroof Section 106 of the NHPA, has intentionally slgnifieantly adversely affeeted a hlattideproperty to which die permit would relate,or haveng legal power to prevent it,allowed such significant adverse effect to oocur,unless the Corps, after,consultateon with the Advisory Council on Historic Preservation (ACHP),cietbrra es thea Ocurristan,ces justify granting such assistance despite the adverse effect croaW or permitted>by the applicant.if circurMMnces justify granting the assistance,the Corps is required to no*ty lige ACfiP and provide d"mentation speccifyirtg the circumstances,explaining the degree of damage to the integrity of any historic properties affected,and.proposed mitigation.TMs.documentatiorn must include any view'- obfalned fi`orn the:applicant,SHPO(]'HPt?, appropriate Indian trbas if the undertaking occurs on or affects historic.proporties on tribal lands or affects:properties of.interest to those tribes, and other parties known to have?'a legitimate lnterestin thea impacts to the pormhted'adtivity on. historic properties. k IS. Designated Critical Reamirce Waters.Cdtiical resocirce waters include,NOAA-designated marine sanctuaries,National l stcedne_Research Reserves,state natural heritage sites,and outstanding national resource waters or other waters officially designated by a ate els ha particular environmental or ecological significance and ident"rfied by the district engineer after-notice and opport for pu, oomment.The district engineer may also desigrtat ac onat oriticai resource watsrs after notice end cr rpprt ty 16to. mment. (a) Discharges of dredged orflA material Into waters Of the Unitbd Rtes-pre-Trot authorized by NWPs,,7,120 14F 16.17,21,29,31,35,39,40,42,43,44, 49,and 50 for any actin/within,or dirtly affecting,critical resource waters, including wetlands adjacent to such waters:. (b) For N W Ps 3,'8,1% 13, 15,i 0, 19,22,23,,9$.27,.28j%,330 34,:36,37,and 38, notification:is required.In accordance with general condition 17,;for any activity proposed in the designated critical resource waters including wetlands adf6cent to those waters.The district engineer may authorize activities under-these NWPs only after it.is determined that the Impacts to the othieai t0burl#e waters will be no more than mtnima). 20. Mitigation..The district engineer will consider the following.factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects orkthe squalid ermtonment are in(MMAl: (a)The activity must be designed and constructed to avoid and.minimize od,►erse Offect%both temporary and permanent;to waters of the Unites!States to the rnaximurti"M prapticableAt.the project site 111 a:,0n,540, (b) Mitigation in all its forms(avoiding,rY<inim�,.reo rr$,res tc 9 .or t6pensattng)will be required to the extent necessary to ensum that Elie adva- a 000b to 1te oto t7iiinimal. (c) compensatory mlgatlon at.a►rtaftisn�one-farms rWO A.be ret*ed° r all.wetland losses that eitceed 1/10 acre and require MRAON tmi8es th r .at*, t tenons in writing.that so". ,. other form of mitigation would be iiiaare envirorarr rii ly a propx�ail pt'pvtdea a prctJact�pecific waiver of this requirement.For vuetlanst losses of 1J10 acre or,iess`that r dcation,the district engineer May determine on a case- rya basis treat coritpatolyp ` ensure then the activity results In miriGriai adverse effects on the aquas errft oiopt$li a�c ljpegss is greater and the Impacts to ... potentially valuable uplands are toduoid,wetland rArse votripansatory mitigation option considered, (d) For losses of streams Cir'other open writ rq that reC�c ti pre�l -0"not ation,the district engineer may repair$compe�atory nit' #on,such as a rri t i>at s n,to e�+4 riot'the,activity resufis in rftinitni J adverse effects-on the agtsW enviroiarat , (e) Compeasatory mitigation w1Jr not be used to nm"s t apr'a . .allowed by the acreage llnlits of taer eampa, F an hhgalimit NVPs.FoW1 �re'pped to authorize any protect resale ter than 1/2 acre 4fwatera,of't t ates3 eyeri oormpensatory mitigation is ng irk pie loss of gree provided that replaces or restores some 9f tl►e lt> waters l vla'A,< t—,,- Crr.mltigotion can alnd should be used;as necessary,to ensure a prtaJa airp. in a 'thee iishe acroage limits also satisfies the: minimal impact regf;Arement aasocll#W,wis. (f) Compensatory mitfgatigra.ptans forP k*near sh.mMs or,rather,open waters will normally include a requirement far the establishrrrecat„.rnairtettantcq,and deg pry{fLg,C•dr*r�on easements)of ripe tilairi areas next to,open waters,jlfisome ,.rlparieai olir Nana rrgatton required. Riparian areas should,consist of nye . s1pecIft'ftie wide of f#rec eirea wi'rddress documented water quality or ac�a to habitat loss oorioart i�lomaall w1i to 50 feet wide on each side of tipaU tri° . - tit adds documonted water quality the strearra,but the + rtglnet xegire. wider q ll or habit toss concerns,Where nth wefa stnct o wags the ppje ate,the district engineer wtU . l 0 determine the appropriate c mp ?r ter!MR +s I.,t arfati Sar u S compensation)rased an what is best for the aquatic envies on 4 Y�water. ' taasTa+.> .46"W Wwre ripArlanareas are determined to be the most appropriate form of cornponsatory ,#h8 d engtl�'msy*alve or reduce the requlrement:to provide wetland compensatoryadore,fol Warr;”lodes. (g) PerrraKees may propose the use of m1,QgW'i#mss,ln=#o fee arrangements or separate'activity=specific compensatory rrAlgation.in all,aaees,the rpm Wv:s wdi iffy q party responsible for accomplishing and/or complying with the Cnfgallon plan. (h)Where certain functions and services of waters of-the~States are permanently adversely affected, such as the conversion of a forested orscrub b wettarad to:e.tf im walland in.a permanently maintained utility I)ne right-of-way,mhlgatiort M, be(adied to reduce t ►ai verse eft Es of the protect to the minimal level. 21.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 Ouality Certification must be obtained or waived (see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality 4 r aw , y aR management meast tactivity does not result in more than minimal degradation of water quality. 22,Coastal Zone:Management In coastal states where an NWP has not previously received a state coastal zone management consistency conoaa'rence,an individual state coastal zone management consistency concurrence must be obtained,or a presumption of concur o must occur(see 33 CFR 330A,d)).The district engineer or a State may requIm additional-maA0ures to onsore that the authorized activity Is corislatentwithstate coal zone management requiretnents. 23. Re&nat snd- s+�-By-Case Corldt cans.The activity must comply with any regional conditions that may have been added by the DMalon Englnetot'(see 33 CFA`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:Coffificatlott,or,by the state in its Coastal Zone Management Act consistency determination_ 24,Use of MOWO MetbmWOe Permits.The use of more than one NWP for a single and complete project is prohiMA a pi when#*Acroago.k loss of orators of the United States authorized by'the NWPs does not exceed the acreage mit of the NWP with the highest epecded acreage limit. For example, if a road crossing,over tidal waters-la constructed under NWP 14, stied bank.stabilization authorized byN" 13,the may mum acreage lass of waiters of the United; #its,, r' te total project cannot exceed 1113-acre. 25.Transfer of tdatiortwlde) arrrtlt Vert# loris If the permittee sells theperty assadaw With the nationwide permit veritf ri;the:perrrrllbo may transfer the nationwi* mirverlfi`oation to the now owner by w.. submitting atetter to the aporopriato Corps district office to validate the transfer.A c opy of the n wide,permit verification , s be attachedto tFte letter,.aid ft letter must.contain the following,sWOment and MWm. re: "When the structures or work autthriri ed y this naitionwido permit are stsl to%ostence at the tithe the properEy Js transferred,the terms and condifionszof"s nationwide;,permit,ineluding.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?wRh ito terms and'conditions,have the Iransfem sign and date below.* (Transferee) Vie) 26.Compliance Cdr if eatfon,Each pontt OO" who received the NWP vetffll WOO from the-.Corps must submit it signed certlfil lttla reg ling,th€ cot►pleted work.and any required Mitigation.,Ttre c aiilficatlon form must be forwarded by the Corps with the NVO verification letter and will include: (a)A statement that the authod ked work was done in accordance with the N"authorization,including any gerierei-r specific O tions; (b)A statement that.any-required mltfgation was completed in accordance wfth the permit conditions;and (c)The signature ot'ths pemtltiae cerllf frig the completion of the work and rfiftilgatiott. 27.Fire-ConstrU00ort Wgflea#m (a)Timing.There required by the terms.of the NWP,.tha;prospective.pelmittse must notify ttte dlsW'Ah9?n sr by su lrrllttfrl.9 a pre-oonsttuction notlflcoWin,(P as tly possible.The district engineer must doten I the PCN Is complete within SO calendar days of the date of receipt Ovid;as a geMtal rule;will requestaddfiilarod Information necessary to.make the PCN complete only orate„However,d the pirospective pennft6t,does not provide all,of#M requested Information,then the district.en*eer will notify the prospective permitteo itW.ft PCM115 sal inoompleteand the PCN;review process will not commence until all of the requested informatic has boon received by tho dshict engineer:The pato; eve parmlttes shall not begin the a0vlty until either �. (1)He or she Is notif,W in writing by the district irteer that the activity'may,prooead under the NWP with any special conditions irnposed by the district or division engineer,or (2)Forty-ire calendar days have passed from the.district engineer's receipt of the complete PCN and the prospective permittee has not received win notice from The their of or division+engineer.However, if the permittee was required to noWy the Corps pursuant to general condition 17 that listed spWas or critical'habitat'might affect l or in the vicinity of the project,or to notify the Corps pursuant,to general condition 18 that the activity may have the potential to cause effeds to historic properties,the permittee oearjnot.begln the activity until receiving wr4ten noftmfion from the Corps that Is"no affect"on listed species or"no pofi%iW.to cause effects-on historic' 5 properties,or that any consultation required under Section 7 of the Endangered Species Act(see 33 CFR 330A(0) and/or Section 106 of the National Historic Presentation (see 33 CFR 330.4(8))is 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 cannot begin the activity until the district englneer 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 re oeipt of a.-cornplete 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-Cor%truetion 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 pmject`.$purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s), regional general permit(s),_or'indivfdual permit(s)used or Intended to be used to authorize.any part of the proposed project or any related activity.The description should be suf iclently detailed to allow the district angineerto determine that the adverse effects of the project will be minimal and to determine the neod for compensatory mitigation, Sketches.should be provided.when necessary to show that the activity complies whit the terms of the NWP;(Sketches wally;daft the project and when provIlded result in a quicker decision.); (4)The PCN must Include a d6llneation of special aquatic sites and other waters of the United States on the project site.Wetiand delineations must be prepared in accordance with.the current method required by the Corps.The permittee mpyesk the Corps to delineate the special aquatic sites and.other waters of the United States,but there may be a delay ff the Corps does the delineation,especially if the project site is large or contains many waters of the.United States. Furthermore,the 45 day period will not start until the delineation has been submitted to or i ctnplOted`tzy the Corps;'whera appropriate; (5)If the proposed activity will result frt the kiss of greater than 1/10 acre of wed and$and a PCN Is required,*no prospective permittee must submit a statement describing how the mitigation requirement will be satisfied.As an alternative,the prospective permittee may submit a conceptual or detailed mitigation plan. (i*if any listed species or designated critical habitat might be affected or is in the vicinity of the project;or If the prvjbct's located in designated critical,habitat,for non-Federal applicants the PCN must Include the nam (s)of those endangered or threatened species that might be affected by the proposed work or utilize the designated a critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Specles.Act;and For an activity that may affeot a historic property listed on,determined to be eligible for listing on,or potentially eligible for listing on,the National Register of,H.ISO&Places,for non-Federaf applicants the.PCN must state'which historic property m'ay`be affected bylhe 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) Firm of Pre-Cons�tniction iVotification:The standard individual permit application form(Form ENG4345) may be.used,but the`camplet.ed app lImWon farm must cfearlyindicate`that.It is a PCN and must include all of the Information required in paragraphs(b)(1)through M of tMB+general condition.A letter containing the required information may also be used. (d)Agency Coordination: (1)The district engineer wil)consider any Comments from Federal and state agendtrs concerning the proposed activity's compliance with the terms and conditions of the NWPs and theneed for mitigation to reduce the project's adverse environmental effects to a minimal level. (2)For all NWP 48 activities requiring pre-construction notification and for other NWP activities requiring pre-construction-notification to the district engineer that nesuft in the loss of greater than 1/2-acre of waters of the United States,the district engineer will immediately'proVldO(dg.,via facsimile transmission,overnight mail;or other expeditious manner)a copy of the PCN fo thG'8pp aprfde Federal or state offices(US. 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 then 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,she-specific comments.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 tine frame,but 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-construdion 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 lffe or a significant loss of property or economic hardship will occur.The district 6 s , aNA engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended,or revoked in accordance,with aha procedures at 33 CFR 330.6. (3) In cases of where the prospective permittee is not a Fsederai agency,the district engineer will provide a response to NMFS within 30 calendar days'of robaipt of any Essential Flsh HabW- conservation recommendations, .,, as required by Section 305(b)(4)(8)of the Magnuson-Stevens,Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Carps multiple copies of pre-constrvctlon notifications to expedite agency coordination. (5) For NWP 48 activities that require reporting,the d1stilct engineer will provide a copy of each report " within 10 calendar days of receipt to-the-appropriate regional office of the NMFS. (e)Disirfct En~s Decision.in reAwingtho PCN for the ptoposed activity,the district engineer will deternilne whether tt a aclivity AUthorfzed by OWN-WP wil:rssfrlt In rnorethan.Mfr nal Individual or cumulative- adverse environmental effects or may be contrary to the public in#erest. Iffhe proposed activity requires a PCN and will result In aloes of greater-hart JJJ0 alae:of WiVLands,:the prospective perrri�tee should submit a n Ration proposal with the PCN.Appllcarrts may a propose compens ml,Ugation for projects with smaller Impacts. The district engineer W10 consider any proposod-bompohSatory Mitigation the applicant has IncludedIn The proposal In determining Whether the net adverse env)r'onm tal eftod s to the aquatlo environment of the proposed Work are minimal.The compensatory rrnitigatrirr proposaf may 48 dttNer`cohoeptrasl or detaited. if the d1sMd engineer determines that the actlr►ittr compsi°with the terms and conditions of the NWP and that the-aderar effects on the aquatic environment are minimal;after con ide ig'mtiigation,the:district engineer wig:notify.the permittos and "' linc:lucie any rnndFtians the rtlr§frlot+ettgirteer deeilre nesary.The district engineer must approvo any corr►pensatcxy mitiigation proper betr3re-hie permi#ee oornmences work.If the prospective permittee elects to subrhit a compensatory mitigaf#on.plen with thaf W,the tltstrict engineer will expeditiously review the proposed c�mpertsa crryy mittga#ion plan.The dist engineer must review the plait within 45 calendar days of receiving a complefe Pr Nand determine whether tha.prttposed rnitigaf!on would ensure no more than'minlmal adverse effects ori file aquatic environment':!f'fhe-net adverse of#sus of project on the aquatic environment-(bfter consideration of tine compensatory M#tig�ar prole arr`deferrrrined lay the district engf neer to be'rrrinlmal,the clistxlct ertgirieer wip provide a tirnety written respontsr t fq the apptnt.The response Will state that the project can proceed under the terms and oortditions of tiro fVl 1p, iF tiro dlsf et ertgtr e�r deterrowws that the adverse effects of the proposed work are more than minimai them thiEt,disttfl engineer wilt Aotify the applicant ear. (1j That the projebt does not:+quallfy for author tion:under the Nwpl and lrisfruct the applicant on the procedures to seek authorization under an individual pent#; (2)that,#re.project is at thor` xi anidei the IdWP subject to rile applicant's mission of a nVVgaWn plan that would reduce the adverse eters on the a+quanment to the minimal level;or (3)that the project i8 authored under NWP with speck msCagons ar conditions.Where the district engineer determines that miq+gattort is regatiFecffi ensun3 no more'then minimal adverse effects occur to the aqugfic envk rent,the ai�WIN auttxpr�ed wi�rin the 45rda�y PCN perkid,Thi e?�ir tion will it�lude°the necessary ccmceltral or speck rrtlt gatiori or;a'ruiremerlt that the,applicant stibrnR a mitigation pian that would •� redusre the 46erse effects On;th-aditg_' e6vironmont to the minimal lerxel. u t mitigation is re.. Wirsd,no work in waters of fere limited States may occur rintil the olstrict engineer has approved a specAc mkigason plan. 28.Single and Complete prp)e .The activity must be a.single and complete project.The same NWP cannot be used more than once for the sarrie,0100 and 99nrpl0eiProject. s 1.Dict BiVineers have authority to determine If an activity complies with the terms and conditions of an NWP. 2,NWPs do not obviate the needto obtain other Weral,state,or local perm;approvals,or authorizations requited by law. 3.NWPs do not grant any property ruts or exclusive privileges. 4.NWFe do not authorize any lnjury-to the property or rights of others 5.NWPs do not authorize Interferer ce With any existing or proposed Deftitions Best.cow"Wont practlees(Iamft).Poli ;�t s,procedures,or structures implemented.to mitigate the adverse environmental effects on surface wataf resulting fry development.BMPs are categorized as structural or non-structural. . . :i ;�': }aft• }: : _ .. . Compensatory mitigation:The.restoration,establishment(cireation),enhancement,.or preservation of aquatic resources for the purpose of compensating for.unavoidable.adverse Impacts which remain after all appropriate and practicable avoidance and rninimizakin has been achieved, Currently serviceable:Useable as Is orwith some maintenance,but not so degraded as to essentially require reconstruction.: t)isoitaXe,The term"dlscharge�means arty discharge of dredged or fill Matertai. Enikencetnent:The manipulatkan oftha physt ,c rnieaI..or biological charaoW.Was of an aquatic resource to heighten, Intensify,or improve a spec##a aquatic Tpsotttrte funrc�r►(s); Enhancement results to the gain of selected aquatiq resource function{s),but;rtyalso lead to a dere In other aquatic resource funotion(s).Enhancement does:not result In a gain in a+quatic Yesourr�e area. Ephstttera sr<treams.An epherrrerai stieam has tlpwktg waif only daring,and r short duration after.,precipitation evens in a typic;ai year.Ephemec s#feam hada are Iocatect above thew_ Aabloyaar-round.Groundwater is:not a source of water'for s#r+ea`i t.f4unoff from_rairafaA ie the.prirt WY ulCe-o#water'for strearic W. Establlshmertt'(creation) `'I'tie rn�t�putation ol'tt+e physlc�al.ohmillca ,or blotogl t cltarricxertsttcs present to .. develop an aquatic resource that AIM prev`lo>rtsly exist at.an upland site.., biishtneant results in a gain in aquatic resouroe area. HrsWo Property.,Any prehistoric or historic.district;site(h�crlwdittg ar�taeotogioei Etta),building,structure,or tither' object Included In;or aq 'I) "for inclusion In',fhb►.NBtiori &W bf"Historic Pik maintained by the.Secretary of the interior.This"term Includes artifacts,reooids,and rertitalns Via#"are related to and located within such properties: The term Includes propert y of tr ditk>ri l tr tt .impottance to an Indian tribe or Natty hiav+rairan organization and that melt the Nalionat Register criteria 08 Clot Part Independent urtllriy;A test .detetsnine what constttutas a single and complete project In:the Corps regulatory prograM A project Is,conslderg t+o have indepen+der�t.uti' t�i it would be const�+d.absent the construction of other projects fi ilia rojecl arm.Portions of a mu ha project#►at`depood"upan other phases of the project do pe j p Iz sued evven H the ether phases were not built not have Inde ndent.utiles lames of a ro act wo . ' tkan can be"considered as.sepia single and complowide irfd rtdenl Wily. Intermlttont stream:An Intermittent stream haa:floviiing water ftttr+rig,; tralrt.tfines of the year,when groundwater provides water for strew vr�C?l trills dry'periods,Intenra�dreams may not have flowing water:Runoff from rainfall is a supplementalkP, uroe of"water fox strosm POW* .o. Lose of waters of the lllrtitad States;Wetoltof the UnAod!States that are permanently adversely affected by filling,flo7oding,exeavit*,yr dranage_t uso_oftiaet fated actiyit��Ferri entadverse effects include permanent dlschargps of dreci or fill material that change►an a�W.tp c y lannd,Incarease t<he bottom elevation of'a waterbo or c e ftie"use A w - dy � rbcxt of pf waters of the ififed States is:a — threshold rneastelner of ate impact iA jt wens�it�r a projerpt may qualify for an NWP,•Itis tot a ndt threshold Dud is cat t6d'a '0*e*+E ipgrtsatot^y mitigation that may be used to offset"losses of aquatic furrodons and servlpee*Z Icass,of i re bed.tncludes the"linear foot of ttreani bed that is y_ filled or excavat+�d.Waters bf#W.t Med Stat oorl'a�y, ,lliaodsd,es vatsd,or drained;hitt restored to pre-construction tours srr>ad iK6v,otione a -co-M 7 titin,.are not irloiitd®d in 3tit measurement of loss of waters of the United States.Impacts resulting from#c Wes eligible for-exemptions under Section 404M of-the Clean Water Act are not consldwd When oilcdift die #rv8 &of e.Ur #states. �. Non-ttr#st wetly d..A tion-tidaf vYeitiainnd We Wi0and oaf is r ant to rho+ 517 and flow of fidal wateCs ?he deflhition of a wotlancd 00 be found at 33 Cts .3(t2) Ns crus to tidal waters are located landward oaf th'a high tide One O.e,,spring high a ilea = Open,watet:For purposes of the NWft go op anrrtiter is e0V+ that In a year with normal patterns of precipitation_has water flowlh� sta ttgabovllkgrain�d m the Win#th, ten ordinary high water marktaan be determtned..Aquallc vegetation vrithln the area of standing or fittvY niatsr'Is cher non-emergent,sparse,or absent.Vegetated shallows are considered to be opert waters.Examples of"open waters"include rivers,streams, takes,and ponds. Ordinary High Water Mark:An ordinary high water mark.is a line on the shors=established by the,fluctuations of waterand Indicated by physicat 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 raintali is a.supplemental source of water for stream flow: Practicable;Available and capable of being done after,taking into consideration"exist,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,pM.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,incases where pre-construction notification is not required and the project proponent wants ormfirmation that the activity is authorized by nationwide permit. Preservation:The removal of a threat to or preventing the decline of,aquatic resources by an awn door near _. those aquatic to This twYA lablu $.aotivities cotnmoniy associatedwltfr ie protection andof aquatic resources ugh the imp le itior#oilappropriate legal avd physlcol mechanisms. Presen+ation does not result irr a gain of aquatic resod area,'btf--hi Re-estabiish en#.The rnanipul tl oft 'p�srcal,chemical,or biolpg&:el characteristic of a site with the goat of` rem nal/histor functions to a fOtrtragiiattc resource.Re-estaeifstrnent results in rebuilding a former aquatic resource and restrits In a gain rrz �rsscwr .area. Rehabltltatl0" The rnan u on of ;dji+ar»loal,or biological,c haraptprii los of a site with the goal of repairi natur+allhistoric funcions a d ' tdedtic resource.Rehab reels in again in aquatic resource funcgon,belt does not remin ln,agaac resourge area. ' RestoMOOn:The manlpuladcrt of thQpi�a1,�etnlcal,or biologloal charactprtstits of a site with the goal o retumirrg naturafttilstarica furrs.f a.forni�ardtgraded aquatlo.resaurc .Far'theurpase of trecking net gains In aquatics resource area,restatedon Is flub d kft two categories; es isi to and rehabilitation. WOO and pool complex:Rlfft and;pouf iivmplexes are special aquatic sites°under the 404(b)(1)Guidelines. Riffle and pool comple?ces sometimesch olorixe, 0p gradient sections of strew,Slag stream sections are recognlxabte by their fiydrauc tisoteri hcram movernarlif of warier crier a course substrate to riffles resulf In a rough flow,a Wrk�ul and higl dssctived oxygen levels in,the water. Pools are deeper areas ass0olated.Wkfi riffles A slower strtiv , `strfng flow,a smooth s[ fce;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 terrestrlatArid aquatic ecosystems,through whtchsurface and subsurfacetrydrology connects waterbodie's with thea adjacent,tgalands:Riparian areas provide a variety of ecological functions.enol services and help improve or malnta .ta:a:water;quality. (See general condition- 20 Shellfish seeding:The placement ef'sheilf1sh seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of imrnatum l v i shellfish or individual sheitfish.attached to shells or shall fragments 0.s.,spat on shell).Su`dable stkstra may consist of shellfish shells,shell tragi,or other appropriate materialsplaced into waters for shell t,ha6ltgt; Single and complete project The errnsingle and complete project"is defined at 33 CFR 330.2()as the total project proposed or accomplished by one ol+vnerr/developer or partnership or other association of owners/oevelopers.A single 600 oornpl�,p". .Ot must have independent utility(see definition).For linear projeeta, a"aingla and complete pro1OCr-ft aljtrcx�ittQaofa single water of the Urttiad motes(Le.,a single waterbody)at a speck location: For)hear projeo lrossl're asiregte waterbody several tunes at urate and distantlocations, each txassingIs considered a singl "ar o ii to project. However,inctivlc taf oitanne in a braided stream or rIVer,.pr Individual arms of a large,l reWlarl'j caped wetland or lake,etoq arw itot separate waterbodies,and aroesi of such features oanno#las ldeteid separately.. StonnWater nnanagement; Stflrmwater=nr ht 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 to land use.on t..alquaf a n*onment. Stoonwat'sr,management feeffWast,Stormwater management facilities are those facilities,including but not lifted f%stormwater retention a rKf'tjatehtit�r pondsand best management practices,which retain water for a period of time to c�hfrol nrnoff'ancbr j�ove quality(Le.,by reducing the conoentration of nutrients, ,�„ sediments,hazardous substances d..other tiintants)of:stormwater runoff.. Stream bed:The:substrate of the s# dtartnet between the ordinary tagh water marks. The substrate may be bedrock or Inorganic particles that lir sloe from clay to boulders.WetiaigWbontignous to the stream bed,'W c�utslde of the ordinary high water maw,> re nit{;onsidened part of the atireamlbed. . Stream channelizatlon:The rnanfpula3km of a stream's course,condrllcst,tpa+t ►,or location that causes more than minimal interruption of rtc>rmal S am: ses..A channelized stream i' s a water of the United States. Structure:An object that is arranged* A defln3te pattern of organization,EMMpies of structures Include,without limitation,any pier,Moat dock,boat rarrtpy*%4- doiphlo,'wel%boom,bra"A*- bulkhead, revetment; rlprap, jetty,artificial island,artificial reef,permanent mooringstructure,power transmission line,permanently moored floating vessel,piling,aid to navigation, or any other manmade obstacle or obstruction. TWO wetland:A tidal wetland is a wetland(Ie.,waw of the United States)that Is inundated by tidal waters.The definfiions of a wetland and tidal waters can be found at 33 CFR 328.3(15)and 3�CPR 328.3(0,respectively.Tidal waters rise end fall In a predictable and measura rhythm or cycle due to the gravitational pulls of the moon and sure Tldai waters end where the'dee and fall of the water suftoe can no longer be practically measured in a 9 predictable rhythm due to masking by other waters,wind,or other effects.Tidal wetlands are located channetward of the high tide line,which is defined at 33 CFO 328.3(d). Vegetated shallows:Ve"ted shallows are special aquatic des undor the 404(b)(1) Guidelines.They are areas that are permanently Inundated'and under normal circurnstw s Wwrooted.,aquatic vegetation,such as seagrasses In marine and estuarine syiftma.and a variety ofva lar rooted-plapts In freshwater systems. Waterbody: For.purposes of the NWPs,a watorbody is a jurl ictionnal water of the United Statesthat,during a year With normal patterns;of" the ipitatiori IT water flowing Of standing above ground to the extent that an ordinary High water mark(ORWM)or oMer indfoators of jurlsdiadon cin be deterrninad as well as any wetland area(see 33 CFR 323.3(b)). If a jurisd1q.tlonal wetland is erect—team borderidg,oontguous,or neighboring--to a jurisdictional waterbody dtspiaylrig an M car-b h4cators of jur WMIon,that waterbody end its adjacent wetlands are considered to4etherr as a single aquatic unit(see CFR 326.4(a)(2)). Examples of"waterbodles° . include streams,rivers,lakes,ponds, and wetlands. ADDITIONAL INFORMATION -� This nationwide perrnit is effective March 19,2007.and expires on Marcie 1%2012, Information about the.UA Army Corps-of Engineers regulatory program,including nationwide permits, may also be accessed at http:/AvWw.swrf.usace.army.mil/pubdata/envlrontrag1JWorylindex:asp.or http.// yww.m tpy.mil/ciw+lcecwo/reg :o 10 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,201 I Intentionally Left Blank GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH LITSEY ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00909 Revised July 1,2011 Intentionally Left Blank