Loading...
HomeMy WebLinkAboutContract 52108 CITY SECRETARY CONTRACT NO. Jr al 0$ FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS 6 2019 City Project No. 02448 �H Sewer Project No. 56002-0700430-CO2448-CO1783 Betsy Price David Cooke Mayor City Manager Christopher Harder, P.E. Director, Water Department Prepared for 10/18/2018 OF The City of Fort Worth All; a�•�# 0 Water Department *r * � ��!�le�lsrl�u!!lsiso r!� J 1K= H 30 OCTOBER 20181OV Prepared by: ## AL Kimley ))) Horn Texas Registered Engineering Firm F-928 KRA No. 061018142 FoRTWORTH. "I,, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work O1 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 0131 20 Project Meetings 0132 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan O 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 71 23.16.01 Attachment A—Survey Staking Standards 01 74 23 Cleaning 0177 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 2,2016 00 00 00-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 -Exterior Improvements 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 -Utilities 33 03 10 Bypass Pumping of Existing Sewer Systems 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 31 12 Cured in Place Pipe(C1PP) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: h s:// rojec oint.buzzsaw.com/client/fortworth ov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions -<j 0241 14 Utility Removal/Abandonment t I - !� . III- 1: III 11 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures ��- '�11 r I,Illi'ii1Fi 4�{ FII'�, if;'Slfkff �iil' x-:iz'!}; "_ir ii� �Li ��ilii ll'�J��I'll �7'[ ��C�:�I'I'Ael9_�;�•i:.'S�-C�°'}}.'4 � i!-*f-,tr?.. Division 31 -Earthwork 31 1000 Site Clearing 31 2500 Erosion and.Sediment Control -F 3 Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 ,Flexible Base Courses CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0244E Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 14 7 7J itdd 32 1216 Asphalt Paving 3 2-12 7 31 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants "III 32 16 13 Concrete Curb and Gutters and Valley Gutters Lt2(4 G at �,H Ps 3291 19 Topsoil Placement and Finishing of Parkways I{ rt,-- dre'— -rubs Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television(CCTV)Inspection `V.0— 4' 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation,Embedment, and Backfill 33 05 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade J- 16 33 05 17 Concrete Collars (4 hit P , 33 0526 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 1 10 h 4 Leltr:"ed 12 f '3 1-2 - N, P s,71jelll I Gate Valve CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPRO VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 2,2016 00 00 00-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 3960 Epoxy Liners for Sanitary Sewer Structures r i i 1 1 1 i-J l . I i-11 f,,, Division 34- Transportation i •I I., }�. I I� Fi=tom? V 3471 13 Traffic Control CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 2,20 16 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions �.- ... os,; I 3,;=' z' 831�. .E77: GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects END OF SECTION CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/12/2019 - Ordinance No. 23572-02-2019 & Resolution No. 5047-02-2019 DATE: Tuesday, February 12, 2019 REFERENCE NO.: **C-29038 LOG NAME: 60UCFM272272BCVA-PMCONST SUBJECT: Authorize Execution of a Contract with PM Construction & Rehab, LLC, in the Amount of$3,637,206.04 for Upper Clear Fork Drainage Basin Parallel Interceptor Improvements at Various Locations within the Upper Clear Fork Drainage Basin, Provide for Project Costs for a Total Project Cost in the Amount of $4,1.65,783.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council- 1. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Upper Clear Fork Drainage Basin parallel interceptor improvements at various locations within the Upper Clear Fork Drainage Basin Project; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water& Sewer Commercial Paper Fund in the amount of$4,165,783.00; and 3. Authorize the execution of a contract with PM Construction & Rehab, LLC, in the amount of $3,637,206.04 for Upper Clear Fork Drainage Basin parallel interceptor improvements at various locations within the Upper Clear Fork Drainage Basin (City Project No. CO2448). DISCUSSION: This Mayor and Council Communication provides for the rehabilitation (via trenchless cured-in-place-pipe method) of the City's Sanitary Sewer Main System at eight severely deteriorated locations within the Upper Clear Fork Drainage Basin. Construction of the project was advertised for bid on October 26, 2018 and November 1, 2018 in the Fort Worth Star-Telegram. On December 6, 2018 the following bids were received: BIDDER FA� OUNT TIME OF COMPLETION PM Construction & Rehab, $3,637,206.04 365 Calendar Days LLC Ark Contracting Services, LLC $3,663,585.50 Granite Construction Company $4,153,221.25 In addition to the contract cost, $346,716.00 is required for Project Management, inspection and material testing and $181,860.00 is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available ash within the Water and Sewer portfolio and the City's portfolio along with the appropriation http://apps.cfwnet.org/ecouncil/printme.asp?id=26687&print=true&DocType=Print 2/13/2019 authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction is anticipated to commence in March, 2019 and be completed by March, 2020. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. MIWBE OFFICE: PM Construction & Rehab, LLC, is in compliance with the City's BDE Ordinance by committing to two percent MBE participation and documenting good faith effort. PM Construction & Rehab, LLC, identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is five percent. The project is located in COUNCIL DISTRICT 9. FISCAL. INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in Water& Sewer Commercial Paper Fund for the Upper Clear Fork Drainage Basin parallel interceptor improvements at various locations within the Upper Clear Fork Drainage Basin Project. The Water and Sewer Commercial Paper Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $87,424,762.00 for future capital projects. Funding for the Upper Clear Fork Drainage Basin parallel interceptor improvements at various locations within the Upper Clear Fork Drainage Basin project is as depicted below: FUND Existing Additional Project Total` Appropriations Appropriations Water & Sewer Capital Projects Fund 56002 $230,000.00 $0.00 $230,000.00 Sewer Capital Fund - Legacy $718,702.00 $0.00 $718,702.00 59607 IF Water & Sewer Commercial Paper Fund 56016 $0.00 $4,165,783.00 $4,165,783.00 Project Total $948,702.00 $4,165,783.00 $5,114,485.00 * Numbers rounded for presentation. FUND IDENTIFIERS (FIDs): http://apps.efwnet.org/ecouncii/printmc.asp?id=26687&print—true&DOCType=Print 2/13/2019 TO _ Fund Department ccoun Project Program ctivity Budget Reference # mount ID ID Year (Chartfield 2) FROM Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 1. 60UCFM272272BCVA-PMCONST Com fiance. df (CFW Internal) 2. 60UCFM272272BCVA-PMCONST FID Table Dan .docx (CFW Internal) 3. 60UCFM272272BCVA-PMCONST Form 1295 2018-436241 Redacted.pdf (Public) 4. 60UCFM2722726CVA-PMC0NST- REIMB RESOLUTION.docx (Public) 5. 60UCFM272272BCVA-PMCONST 56016 A019.docx (Public) 6. 60UCFM272BCVAR-PMCONST Map.pdf (Public) 7. 60UCFM272BCVAR-PMCONST SAM.pdf (CFW Internal) http://apps.cfwnet.org/ecouncil/printme.asp?id=26687&print=true&DoeType—Print 2/13/2019 •. •. ►. r. •. •. r. it ((D w O • - - • • - p rn a off. o°. o D,c _> - - w - - - n Q O C U CCA p G � C • f a O C r "e CD �y � N � z O ME III -1� rD o v � 3 3 3 .. 3 O O • O G G - •� • C � O • - - •. O - G C C p p O C tD CD X 0 (D O N. [D 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of I 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall he on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH UPPER CLEAR PORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 ADDENDUM NO. 1 CITY OT TORT WORTH WATER DEPARTMENT UPPER CLEAR PORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No. 02448 Addendum No. 1.Issue Date: October 30,2018 Bid Receipt Date:November 29,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS o Specification 00 1113—Instructions to Bidders o The revised Prebid Conference Date shall be November 7,2018 at the same time and location. CONSTRUCTION PLANS e COVER SHEET—DELETE Cover Sheet and REPLACE with fully signed Cover Sheet as attached. All other provisions ofthe contract documents, plans and specifications shall remain unchanged, Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder, P.E. G1KN0WLEDGED: Director, Water Departmenfr B By. 0� v 1 417 o/zCj e�o_nhy��r Tony Sholola, P.E. m ny: Y1 l �l Senior Capital Projects Officer Water Department ADDENDUM NO. 1 ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No. 02448 Addendum No.2 Issue Date: October 3f,2018 Bid Receipt Date: November 29,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents, Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS { i Specification 00 45 40--Minority Business Enterprise'Goal o The City's MBE goal on this project is 55%of the total bid value of the contract. All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder,P.E. REC TACKNOWLEDGED: Director,Water Department By: `014ti i oiio Cbn hollLgr By. ,3 Tony Sholola,P.E. any 61 11A ivl c'Slexilew►CA--e- Senior Capital Projects Officer Water Department ADDENDUM NO.2 ADDENDUM NO.3 CITY OF FORT WORTH WATER DEPARTMENT UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No. 02448 Addendum No. 3. Issue Date: November 16,2018 Bid Receipt Date: November 29,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CLARIFICATIONS • Bidder is reminded that before any sanitary sewer main can be plugged, or flow diverted, the Contractor must submit a detailed plan and schedule to the inspector, Project Manager, and obtain written permission from Water Field Operations to ensure that the proposed flow stoppagelinterception will not create any issues with the wastewater collection system. The Contractor shall be responsible for any damages resulting from failing to obtain written permissions from the City. CONTRACTOR QUESTIONS Below is a summary of significant or repetitive questions received: +� The standard specification for bypass pumping requires pumping capacity to be sufficient to convey 100-percent of peak wet weather flows. However, given that CIPP operations will not occur during wet weather conditions, can this requirement be decreased? o For this project only, Contractor shall be required to provide bypass pumping capacity that is sufficient to convey 75 percent ofpeak wet weather flows, or 100 percent ofpeak dly weather flows (whichever is greater). o Contractor shall be required to provide I stand-by pump for each size to be maintained on site in accordance with Section 33 03 10. o Contractor shall schedule and attend an on-site meeting with City field operations staff, City Inspector, and Engineer one week prior to beginning each proposed bypass pumping startup. • WilI the City provide CCTV of the existing lines proposed to be rehabilitated? o Yes, however Bidder is reminded that the successful bidder will still be required to perform pre-construction CCTV of the lines proposed to be rehabilitated in accordance with the Contract Documents. CCTV of lines proposed to be rehabilitated can be found in the Bid Package folder on Buzzsaw. ADDENDUM NO.3 ADDENDUM NO.3 SPECIFICATIONS • Specifieation 00 41 00—Bid Formr o The bid form is hereby replaced with the bid form attached to this document. • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. ® Specification 00 45 12—Prequalification Statement o The prequalification statement form is hereby replaced with the form attached to this document. ® Specification 33 03 10—Bypass Pimping of Existing Sewer Systems o This technical specification is hereby replaced with the technical specification attached to this document, CONSTRUCTION PLANS { C0.02—DELETE C0.02 and REPLACE with C0.02A as attached. } • C8.00—DELETE C8,00 and REPLACE with C.8.00A as attached. i All other provisions of the contract documents,plans and specifications shall remain unchanged, Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive, A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder, P.E. AREPTACILED:GED: Director,Water De r enB �y:� !War Tony Sholola, RK � e hab LC Senior Capital Projects Officer Water Department ADDENDUM NO.3 ADDENDUM NO.4 CITY OF FORT WORTH WATER DEPARTMENT UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No. 02448 Addendum No. 4. Issue Date: November 26,2018 Bid Receipt Date: November 29,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CLARIFICATIONS CONTRACTOR QUESTIONS Below is a summary of significant or repetitive questions received: • General Questions: o Significant construction operations are underway at the Project 8 site, and significant spoils are located within the access easement. Please indicate how this will be left upon completion of this work. ■ Upon completion of utility work, spoils will be removed by the contractor currently on-site.A paved access will be constructed as part of the ongoing development work. Contractor shall coordinate timing of this project phase with ongoing construction in the area. • Cured in PIace Pipe Design: o Groundwater depth is not indicated on the drawings, what depth should be used for design Of CIPP? ■ Design should assume S.O feet ofgroundwater above the top ofpipe for all depths. Section 33 3112—Cured in Place Pipe (CIPP) will be modified to reflect this change. o Design oval ity is shown at S percent, can this be decreased to 2 percent? ■ No, liner shall be designed for S percent ovality. o Minimum thicknesses for fiberglass and felt liners are confusing. ■ Section 33 3112--Cured in Place Pipe (CIPP) will be modified to provide clarity. • Bypass Pumping: o CI.02 and C2.02—Can flow be diverted at the upstream junction structure rather than providing bypass pumping? ■ No, due to an incoming 24" line from the east bypass shall occur as indicated in the drawings. ADDENDUM NO.4 ADDENDUM NO. 4 CONTRACTOR QUESTIONS (Continued) a C1.02 and C2.02 Please provide invert information for suction and discharge manholes: • Suction Manhole: Rim—552', FL 48"—541.75' ■ Discharge Manhole: Rim—552.5',FL 48"—541.78' n Are there any restrictions for bypass setup underneath the Rosedale Street Bridge? ■ Contractor shall either provide a traffic control plan for review by the City to temporarily close Old University Drive, or otherwise provide a means to allow traffic to continue to move along Old University Drive(i.e. bridging equipment, and traffic flaggers, etc.) o C3.07—Please provide invert information for suction and discharge manholes: ■ Suction Manhole: Rim M543', FL 54"—536.09' ■ Discharge Manhole: Rim—542', FL 54"—533.1' o C5.02—Please provide invert information for suction and discharge manholes: ■ Suction Manhole: Rim—568.8', FL 48"—546.7' • Discharge Manhole: Rim—562.5', FL 48"—548.8' a C6.03--Please provide flow for 12" line. ■ This information is unavailable as 12"line is a private line. Contractor shall assume full flow for a 12" line at 1%grade. o C6.03--Please provide invert information for suction and discharge manholes for Bypass A and B: ■ Bypass A: ■ Suction Manhole:Rim—568.3', FL 48"—546.3' • Discharge Manhole: Rim—553.8',FL 48"—543.9' ■ Bypass B: ■ Suction Manhole: Rim—565', FL 12"—556.5' ® Discharge Manhole: Rim—553.8',FL 48"—543.9' o C6,03—Is the flow information for Bypass A cumulative of M-439 and M-134? ■ Yes,this sheet has been reissued to clarify this. o C7.02—Please provide invert for suction and discharge locations: ■ Suction Location: Both 10"and 14"sanitary sewer lines have approximately 3 feet of cover and a flow line of approximately 555' • Discharge Manhole: Rim—568.5', FL 48"—552.74' o C8.02—Please provide invert information for suction and discharge manholes. ■ Suction Manhole: Rim—579.34', FL 30"—563.7' ■ Discharge Manhole: Rim—585.34', FL 30"—549.1' a C8.02—Please provide more detail on Bypass B and associated flows. ■ Bypass B will convey flows for a 6"private sanitary sewer service which will serve a multi-family development(currently under construction). Contractor shall size bypass system assuming a 6" line flowing full at 1%grade. o Can the existing sanitary sewer system be surcharged during bypass? ■ Contractor shall size bypass systems to convey flow such that the hydraulic grade line of the sewer system remains inside the upstream pipe. ADDENDUM NO. 4 ADDENDUM NO.4 CONTRACTOR QUESTIONS (Continued) 3 o What Kind of monitoring will be required for the bypass system? ■ Contractor will be permitted to set up remote monitoring or provide personnel such that Contractor is able to mobilize to site immediately while bypass is underway. SPECIFICATIONS • Specification 33 3112—Cured in Place Pipe(CIPP) o This technical specification is hereby replaced with the technical specification attached to this document. CONSTRUCTION PLANS I • C6,03—DELETE C6.03 and REPLACE with C6.03 A as attached. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid i non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. i Christopher Harder,P.E. RECE ACKNOWLEDGED: Director,WWater De7xu By: By: f O A 1 Qi �t��� Tony Sholola,P.E.any: Din �•�C Senior Capital Projects Officer Water Department ADDENDUM NO. 4 i ADDENDUM NO.5 CITY OF FORT WORTH WATER DEPARTMENT UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IlVIPROVEMENTS City Project No.02448 Addendum No.5.Issue Date: November 27,2018 Bid Receipt Date(revised):December 6,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CLARIFICATIONS • Remote monitoring of bypass pumping systems will not be allowed for this project. Section 33 03 10--Bypass Pumping of Existing Sewer Systems has been modified to indicate this requirement. SPECIFICATIONS • Specification 00 11 13--Iustructions to Bidders o The revised Bid Receipt Date shall be December 6,2018. • Specification 33 03 10—Bypass Pumping of Existing Sewer Systems o This technical specification is hereby replaced with the technical specification attached to this document. All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder,P.E. RECE 'ACKNOWLEDGED: Director,Water Departme t By - t GY`1G� (..�vYl fYUI By oR e r Tony Sholola,P.E. �Ppany: m & uhah,Lce- Senior Capital Projects Officer Water Department ADDENDUM NO. 5 00 11 13-1 INVITATION TO BIDDERS Pagel 42 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of UPPER CLEAR FORK DRAINAGE BASIN 6 INTERCEPTOR IMPROVEMENTS will be received by the City of Fort Worth Purchasing 7 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,NOVEMBER 29,2018, and bids will be opened publicly and 14 read aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 19 * Approximately 1,840 LF of 24"CIPP 20 * Approximately 845 LF of 27" CIPP 21 * Approximately 985 LF of 48"CIPP 22 * Approximately 845 LF of 54" CIPP 23 * Rehabilitation of 7 Sanitary Sewer Junction Structures 24 * Replacement and/or Installation of 3—5'Sanitary Sewer Manholes 25 * Replacement and/or Installation of 5—5' Type A Sanitary Sewer Manholes 26 * Replacement and/or Installation of 5 Modified Type A Sanitary Sewer Manholes 27 * Bypass Pumping 28 29 PREQUALIFICATION 30 The improvements included in this project must be performed by a contractor who is pre- 31 qualified by the City at the time of bid opening. The procedures for qualification and pre- 32 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 33 34 DOCUMENT EXAMINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 36 of Port Worth's Purchasing Division website at http://www.fortworthtexas.ggy/purchasina/ and 37 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 38 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 39 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 40 Parties Form 1295 and the form must be submitted to the Project Manager before the 41 contract will be presented to the City Council. The form can be obtained at 42 httys://www.ethics.state.tx.us/tee/1295-Info.htm . 43 44 Copies of the Bidding and Contract Documents may be purchased from 45 46 Kimley-Horn and Associates,Inc. 47 801 Cherry St., Suite 1300,Unit 11 48 Fort Worth, TX 76102 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 22,2416 00 11 13-2 INVITATION TO BIDDERS Paget of 1 Attn: Josh Kercho, P.E. 2 Phone Number: 817-335-6511 3 E-Mail Address: iosh.kereho(a kimI -horn.com 4 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract Documents with full size drawings: S100.00 7 8 PREBID CONFERENCE 9 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 10 BIDDERS at the followin locatio date and time: Ql i DATE: NOVEMBER-8 7 2018 12 0: 0 13 PLACE: 311 W. 1 oth Street 14 Fort Worth, Texas 76102 15 LOCATION: Traffic Engineering Conference Room A 16 17 18 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 19 City reserves the right to waive irregularities and to accept or reject bids. 20 21 INQUIRIES 22 All inquiries relative to this procurement should be addressed to the following: 23 Attn: Liam Conlon, City of Fort Worth 24 Email: Liam.Conlon@fortworthtexas.gov 25 Phone: 817-392-6824 26 AND/OR 27 Attn: Josh Kercho, P.E., Kimley-Horn and Associates,Inc. 28 Email: josh.kercho@kimley-horn.com 29 Phone: (817) 335-6511 30 31 ADVERTISEMENT DATES 32 OCTOBER 25, 2018 33 NOVEMBER 1, 2018 34 35 END OF SECTION CITY OP PORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEAMNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.L Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 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. 11 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 h sill ro'ec Voint.buzzsaw.com/fortworffigov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 43 %20Contractor%2OPrequalification%2OProgLm/PREQUALIFICATION%2OREQ 44 UIREMENTSVo20FORVo20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROYEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 hMs://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrggualification/TPW%2OPaving 3 %20Contractor%2OPregualification%2OProgram/PREQI ALIFICATION%20REQ 4 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https:l/projectpointbuzzsaw.com/fortworthg_ov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%o2OPL qualification/Water%2Oand%2 9 OSanita %205ewer%20Contractor%20P ualification%20Pro am/WSS%20 re 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening, the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s) for a project to submit such additional information as the City, in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project, and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame. Based upon the City's assessment of the submitted 28 information, a recommendation regarding the award of a contract will be made to the 29 City Council. failure to submit the additional information, if requested, may be grounds 30 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification, additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents (including "technical data"referred to in 42 Paragraph 4.2. below). No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost,progress, performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH TIPPER CLEAR FORK INTERCEPTOR IMPROVEMEAMS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page of 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 3 4 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 5 contiguous to the Site and all drawings of physical conditions relating to existing 6 surface or subsurface structures at the Site(except Underground Facilities)that 7 have been identified in the Contract Documents as containing reliable "technical 8 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 9 at the Site that have been identified in the Contract Documents as containing 10 reliable "technical data." 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish. All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents.No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research, investigations, tests, borings, and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request, City may provide 24 each Bidder access to the site to conduct such examinations, investigations, 25 explorations, tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations, investigations, tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work, time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates, investigation, research, tests, explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima-facie evidence that the 35 Bidder has made the investigation, examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. 39 40 4.1.8. Promptly notify City of all conflicts, errors,ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents. The Contractor 42 shall not take advantage of any gross error or omission in the Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 47 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02446 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the"technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents, (iii)that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed, rights-of-way and casements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 21,2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 l 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way, casements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of bow 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth,TX 76102 27 Attn: Liam Conlon, City of Fort Worth 28 Email: Liam.Conlon@fortworthgov.org 29 Phone: 817-392-6824 30 31 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 32 City, 33 34 6.3.Addenda or clarifications may be posted via Buzzsaw at 35 fts://projectpoint.buzzsaw.corn/client/foirtworthgov/lnftastructur_e%2.0_Projects/02448 36 %20- 37 %20Upper o20Clear%2OFork%2ODrainagc%o2OBasin%201nteroeptor%2Olmprovements 38 39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conferencc. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions. 51 CITY OF FORT WORTH UPPER CLE,4R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 21,2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of9 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 S. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in I I 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 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH UPPER CLE,IR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiy Projeci No.02448 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title trust appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12,10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci No.02448 Revised August 21,2015 0021 13-S INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH UPPER CLE,4R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION,SPECIFICATION DOCUMENTS Cary Project No.02448 Revised August 21,2015 002113-9 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 1 I 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 21,2015 003613 BID FORM Page 13 of 13 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You")to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. bt.tp:/ANww.ethics.state.tx.us/forms/GI!Q.pdf http://www.ethics.state.tx.us/forms/CIS.r)df ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary 0 CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: PM Construction & Rehab, LLC By: Gre ett 131 N. Richey Street Signature: Pasadena, TX 77506 TI Regional Controller END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Fort Worth.TX-Unner Clear Fork-DB CONFLICT OF INTEREST QUESTIONNAIRE FOHM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who pate Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176,006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. Name of vendor who has a business relationship with focal governmental entity. PM Construction&Rehab, LLC 2 ❑ Check this box If you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed.. None Name of Officer 4 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than Investment income, from the vendor? Yes 1:1 No NIA B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? 1l Yes F-1 No NIA 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. NIA 6 EJCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 December 5 2018 of ven or doingg business with the governmental entity bale Gre Ba ett 1 Re €oval Cantrnller Form provi a�byyTexas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS City Project No.: 02448 Units/Sections: UNIT I: PROJECT 1 -TRINITY PARK 1 UNIT II: PROJECT 2-TRINITY PARK 2 UNIT III: PROJECT 3- UNIVERSITY DRIVE UNIT IV: PROJECT 4- RIVERFRONT DRIVE UNIT V: PROJECT 5- DAVIDSON RAILYARD 1 UNIT VI: PROJECT 6- DAVIDSON RAILYARD 2 UNIT VII: PROJECT 7- DAVIDSON RAILYARD 3 UNIT Vill: PROJECT 8 -MEDICAL DISTRICT 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTFRCFPTOR IMPROVEMENTS Form Revised 20150821 Addendum No.3 City Project No.02448 0041 00 BID FORM Page 2 of 3 c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalifcation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sewer CIPP, All Sizes b. NIA c. NIA d. NIA 4, Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of I nte rest Affidavit, Section 00 35 13 *If necessary, C1Q 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20150821 Addendum NO.3 City Project No.02448 0041 00 BID FORM Page 3 of 13 G. Total Did Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid 7. Bid Submittal This Bid is submitted on December 6,2018 by the entity named below. Resp tfull submi Receipt is acknowledged of the followingAddenda: Initial By: Addendum No. 1. /a 3 D / 1,000, (Si nature) Addendum No.2: Addendum No. 3: Gre Ba ett Addendum No. 4: 1 -64 (Printed Name) Addendum No. 5: Title: Regional Controller Company. PM Construction & Rehab, LLC Corporate Seal: Address: 131 N. Richey Street _ Pasadena, TX 77606 r State of Incorporation: Tennessee Email: g arrsshQteamipr.com Phone: 832-428-7625 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20150821 Addendum No.3 City Project No.02448 00 42 43 BID PROPOSAL Page 1 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Biddeis Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value UNIT 1: PROJECT'I -TRINITY PARK 1 1.01 3331.2116 54"CIPP 3331 12 LF 475 $470.00 $223 250.00 1.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 6.3 $336.00 $2,116.80 1 03 9999 0001 Modified Type A Man hore 33 39 20 EA 1 $17,500„00 $17,500.00 9999.0002 Epoxy Line and Remove and Replace 33 39 10, 1.04 m Junction_5tructure Top __. .._ _.33 39 fi0.. _ A.... _..__. 5 $21,250;00 $106,250.00 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 32 01 17 1.05 Residential SY 502 $127.00 $63,754.00 1 06 320 1.0614 Conc Pvmt Repair, Residential 32 01 29 SY 33 $130,00 $4 290.00 1,07 3291.0100 Topsoil 32 91 19 CY 280 $31.00 $8680.00 .,__.__. _ __._._.___ .. .W..._.__.W ._�__._ __. ... ........... ...........�.__.__._.... 1.08 3292.0100 Block Sod Placement 32 92 13 SY 5038 $6.25 $31,487.50 1.09 3301.0001 Pre-CCTV Inspection 33 01 31 LF 475 $25,00 $11,875.00 _.. ___.... _ 1.10 3301.0002 Past-CCTV Inspection 3301 31 LF 475 $4 50 ._ $2 137.50 1.11 3301,0101 Manhole Vacuum Testing 3301 30 EA 1 $250.00 $250.00 1.12 3305.0109 Trench Safety 33 05 10 LF 10 $2.00 $20.00 1.13 3305.0110 Utility Markers 33 05 26 LS 1 $935.00 $935.00 1.14 3305 0112 Concrete Collar 330517 EA 3 $1 555.00 ---- �.._.__ ._._.__ 1.15 3471.0001 Traffic Control 347113 MO 1 $1,430.00 $1,430.00 _,.._._._._. ................. r._______._.-. _ _.... __.__....__._..__..._._. .,. _ ,__._._._�......... _._._.__.. .__.._....._.. _._....._.._... 1.16 3303.0001 Bypass Pumping 33 03 10 LS 1 $175,000.00 $175.000.00 _.._..m.... .._._.__. ..._ _ _ _ ____ . 1.17 3126.0101 SWPPP >_1 acre 31 2500 LS 1 $18r700 00 1.18 0171.0101 Construction Staking 017123 LS 1 $1,870.00 $1,870.00 .,._._.--_.____.,. .__- -- _ _._ _. __ 1.19 0171.0102 As-Built Survey 01 71 23 LS 1 $1,870.00 $1,870.00 UNIT I: PROJECT 1 -TRINITY PARK 1 -SUBOTAL $676,080.80 UNIT It: PROJECT 2-TRINITY PARK 2 2.01 3331.2116 64"CIPP 3331 12 LF 370 $335.00 $123,950.00 _.__.....__. _. ...___ ..............__._.__._.,.__..._.._._ . ______,_. m _ _ .._- 2.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 8 $336.00 $2,688.00 .............. ........_ __ .____.. ____ _.____._____ __._. ._. - ___._ -_ ._ _._.._ __,_. _.__._..__._._._. 2.03 3339.1103 5'Extra Depth Manhole 33 39 10, VF 2 $392.00 $784.00 2.04 3339.1105 5'Type A Manhore 33 39 1Q EA 1 $19 000 00 $19 000.00 2.05 9999.0001 Modified Type A Manhole ............._____ ._ _._.____. __. _...___ ........ 2.06 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 SY Residential 742 $127.00 $94,234.00 .. _.__._._.._. _. ......._....... .... .......-..-..-...... _.._ .. .._. __.__._ ._...., .. --------I._-_.___ 2.07 3291.0100 Topsoil 3291 19 CY 71 $31.00 $2,201.00 2.08 3292.0100 Block Sod Placement 32 92 13 SY 1272 $5.00 $6,360.00 _._.._.__..___. _._..__--_.._._._.__._ pection.. 3301 31 LF 370 $26.00 2.09 3301.0001 Pre CCTV Ins„ ...._. _....__,__ __. ...__..�_._._ . .. _m_ ._ _. 2.10 3301.0002 Past-CCTV Inspection 33 01 31 LF 370 $S.Op $1 850.00 _... .____ _.. _ ._ , ___. __ _._.. ._ ___.._.__.__..._.... ------ 2 �._..._.. __�__. .__.,.._. .11 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 $250.00 $500.00 2.12 3305.0109 Trench Safety 33 05 10 LF 20 $2.00 $40.00 2.13 3305.0110 Utility Markers 330526 26 LS 1 $935.00 $935.00 ._ _._.__. _ _ ._. .. . __.._. __._ . ... ..............._.......... ......... .._. ._..___._.. _. 2.14 3305.0112 Concrete Collar 330517 EA 1 $1,870.00 $1,870.00 2.15 3471.0001 Traffic Control 34 71 13 MO 1 $1,250.00 $1,250.00 _ _._.._.. _ __..._..._._._.____._ w-. .. _. ..__.. __..__. _.._ 2.16 3303.0001 Bypass Pumping 33 03 10 LS 1 $_151.000.00 $151 000.00 _._._ _ __._........_ _ -- 2.17 3125.0101 SWPPP � 1 acre 31 25 00 LS 2.18 0171.0101 Construction Staking 01 7123 LS 1 $1,870.00 $1,870.00 2.19 0171.0102 As-Built Survey 01 7123 LS 1 $1,870.00 $1,870.00 UNIT It:PROJECT 2-TRINITY PARK 2-SUBOTAL $454,522.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR YMPROVEMENTS Form Revised 20120120 Addendum No.3 City Project No.02448 00 42 43 BID PROPOSAL Page 2 of5 SECTION 00 42 43 PROPOSALFORM TIT PRICE BID Bidder's Application Project Item Tnfonnation Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity UNIT III: PROJECT 3-UNIVERSITY DRIVE 3,01 3331.2115 48"CIPP 3331 12 LF 690 $250.00 $172,500.00 3.02 9999.0002 Epoxy Line and Remove and Replace 33 39 10, EA Junction Structure Top,_ 33 39 60 _2 -, $24,p00 00 _ $4$�000.00 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 3.03 Residential SY 963 $128.00 $123,264.00 _.......__.._._. .._._._._.. _.. ...__.�._.._.. ...._. _.._ __._..... �._._. ___.._.__....�...___....__.._.._.._._. .__._. ._..___ __._ ...___._ _ ...._..-___...___._._..W.__.. ..._._._._..._._._ 3.04 3291.0100 Topsoil 3291 19 CY 183 $31.00 $5,673.00 ...._._ _... .. _.. _...__._.._. ..... .__....._.._. ...,.._._. ._.._....._... ..... _..._-_-.-.-.._...,.. ._._.. _........_ _. ......._...._..._..._.,.. ........_.___,._.._........... _._..______1-.__ 3.05 3292.0100 Block Sod Placement 32 92 13 SY 3265 $5.00 $16,325.00 ....... . _._._.___. __ ___ -_._._.__. __. _.. ._ _.. 3.06 3301.0001 Pre-CCTV Inspection 33 01 31 LF 690 $22.00 $15,180.00 3.07 3301.0002 Post-CCTV Inspection 3301 31 LF 690 $5.00 $3,450.00 _.._........_ ...................�..._................................ _...... _..... _........ _ .._...... _....._......._......__...............__ .. _..._. 3.08 3305.0110 Utility Markers 33 05 26 LS 1 $930.00 $930.00 3.09 3471.0001 Traffic Control 3471 13 MO 3 $15,300.00 $45,900.00 3.10 3471 0002 Portable Message Sign 3471 13 WK 12 $400 00 $4,800L00 3.11 3303.0001 Bypass Pumping 33 03 10 LS 1 $164,000.00 $164,000.00 3.12 3292.0600 Mowing 32 92 13 EA 3 $930.00 $2,790.00 W ?1 acre 31 25 00 LS 1 $7 150 00 $7 150.00 3.13 3125A101 5PPP_�_._... ...e�.�_ _... .. 3.14 0171.0101 Construction Staking 01 71 23 LS 1 $1,870.00 $1,870.00 _ _...._._._...._.._ ._._.,._... .....__..._....._....... _ ...._.- _ ..._. ._. - ....._........ ....................... _._.__. . ..... .._-.. 3.15 0171.0102 As-Built Survey 01 7123 L5 1 $1.870.00 $1,870.00 UNIT III:PROJECT 3-UNIVERSITY DRIVE-SUBOTAL $613,702.00 UNIT IV:PROJECT 4-RIVERFRONT DRIVE 4.01 3331.2115 48"CIPP 3331 12 LF 185 $375 00 $69 375.00 4.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 20 $337.00 $6,740.00 4.03 3339.1103 5 Extra Depth Manhole 333910, VF 11 $392 00 $4,312.00 4.04_ 3339 1105 5'Type A Manhole 33 39 10, EA 1 $23,000 00 $23 000.00 4.05 9999.0001 Modified Type A Manhole 33 39 20 EA 1 $24,500.00 $24,500.00 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, 3201 17 4.06 Residential SY 336 $128.00 $43,008,00 4 07 3301 0001 Pre CCTV Inspection 3301 31 LF 185 $27 00 $4,995.00 4.08 3301.0002 Post-CCTV Inspection 33 01 31 LF 185 $5.00 $925.00 4.09 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 $250.00 $500.00 _._. .... ........._._...... .. _.........,..,..,.. _.... . . ......,... __.. ... .._...._..._ ........... 4.10 3305.0109 Trench Safety 33 05 10 LF 20 $2.00 $40.00 ..__,_..__..._ _._........_._ .,. ..__...._._....,_......... d............._ .. _._ _..... .__.. ___._. ........... _ .___....._ 4.11 3305.0110 Utility Markers 33 05 26 LS 1 $930.00 $930.00 __.._._ _. . a.._...._ _ _ . __. a_._ ._. 4.12 3305.0112 Concrete Collar 33 05 17 EA 2 $1 370.00 $2,740.00 __..._.... ._ _._ .. ... .........._....__..__. ._. 4.13 4. 3471.0001 Traffic Control 3471 13 MO 1 $35,900.00 $35,900.00 .._. ...14.__...._.... ... _..yp..._._....._._.__..P_..g_ .........._..............._.__...._. ...._.... _33_03_..._..__10...... _.LS-...... _. ........ _..._...._....._...._...._._.._. ._._..._._ ......._ _.__$207__ 000.00,__ _....._. 3303.0001 B ass Pum in 1 $207,000.00 4.15 3125.0101 SWPPP >_ 1 acre _. MMMM..._.. 31 2 00 S 1 $,6,300.00$5,3Q._QQ.._.. king 01 71 23 I S 1 .. .._._$� 870.00 ...__. 4.16 01710101 Construction Staking $1s$7a.00 W WW WW 4.17 0171.0102 As-Built Survey 0 _ , 1 71 23 LS 1 $1,870.00 $1,870.00 UNIT IV: PROJECT 4-RIVERFRONT DRIVE-SUBOTAL $433,005.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION➢OCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20120120 Addendum No.3 City Project No.02449 00 42 43 131D PROPOSAL Page3 of5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No, Description Section No. Measure Quantity Unit Price Bid Value UNIT V:PROJECT 5-DAVIDSON RAILYARD 1 5.01 3331.2115 48"CIPP 33 31 12 LF 110 $527.00 $57 970.00 _._...,_............ __._ ._._.__....__.._._._._.,.._._..,._._,..,.._..,... .._._.._.__..,..,__ ___....__..,... ._.__.._. .__........ .. .._.._.__._.._. _ _._..____.......__ __. .._._._ ._.. _ ._ ..._:__.__.__ EpoxyManhole Liner 33 39 60 VF 41 $336.00 $13 776.00 5,03 3339.1103 5'Extra Depth Manhole 33 39 10, VF 18 $392.00 $7,056.00 5.04 3339.1105 5'Type A Manhole 33 39 10, EA 1 $22.800.00 $22,800.00 5.05. 9999.0001 Modified Type A Manhole W „ 33 39 20 EA 1 $26 700.00 $26,7Q0 00 5.06 3211.0122 6"Flexible Base,Type A,GR-2 3211 23 SY 405 $31.00 $12:555.00 � _......_,_.. __ __,___. ___ __, _._..__.._ _ 5.07 3301.0001 Pre-CCTV Inspection 3301 31 LF 110 $31.00 $................ __,-_ 5.08 3301.0002 Post-CCTV Inspection 3301 31 LF 110 $5.00 $550.00 5.09 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $250.00 $500.00 __.................. _,......... ._..._.. ... 5.10 3305 0109 Trench Safety _ 330510 LF_ 20 $187.00 $3 740.00 5,11 3305.0110 Utility Markers 33 05 26m LS 1 _ $935.00 $935.00 5 12 3303 0001 Bypass Pumping 33 03 10 LS 1 $195 Q00.00 $195 QOO.OQ 513 3125 0101 SWPPP 2! 1 acre_.. .__._.... _.. 31 2500 LS 1 .... $!4,700 00 $4 700.Q0. _ ., .. .W-, _ _ 5.14 0171.0101 Construction Staking 01 71 23 LS 1 $1,870.00_ $1,870.00 5.15 0171.0102 As-Built Survey 01 71 23 LS 1 $1,870.00 $1,870.00 5.16 0135.0101 Railroad Coordination 01 35 13 LS 1 $6400 00 $6,400.00 UNIT V: PROJECT 5-DAVIDSON RAILYARD 1 -SUBOTALI $359,832.00 UNIT VI: PROJECT 6-DAVIDSON RAILYARD 2 6.01 3331.2110 24"CIPP 3331 12 LF 1400 $85.00 $119,000.00 6.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 40.5 $336.00 $13,608.00 6.03 3339.1103 5'Extra Depth Manhole 3..39 10, VF 15 $392.00 $5,880.00 6.04 3339.1105 5'Type A Manhole 33 39 10, EA 1 $22 800.00 $22 800,00 6.05 9999.0001 Modified Type A Manhole 33 39 20 EA 1 $29,250.00 $29,250.00 6.06 3211.0122 6"Flexible Base,Type A,GR-2 3211 23 Sy 556 $31.00 $17,236.00 6.07 3301.0001 Pre-CCTV Inspection 33 01 31 LF 1400 ,____,„__$14.00 _____$193600. 9 _..__. _._..___.___._._.__ _._._- ._ _, _._..__.. ___ __._.., ____.._____ __._-._ _ _ - 6.08 3301.0002 Post-CCTV Inspection 3301 31 LF 1400 $5.00 $7,000.0Q 6.09 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $250.00 $500.00 6.10 3305.0109 Trench Safety 33 05 10 LF 20 $311.00 $6,220.00 .............. _..___.... a..._.__ _.. ._... 6.11 3305.0110 Utility Markers 330526 26 LS 1 $935.00 $935.00 _.,._.__...___._._..._._.._.__.-..__...... ........_.._.-....._�.___ _..._----_----..._...._._-_------ _._._...._.,.._ ..,..,.......,....,..,..,..,..._......__......,........,..,.. ..,.._.,._..._......._._ ..._.... ....._.,_...__..... ...._........_.....,._ ....._. _....,...._... _._.. 6.12 3305.0112 Concrete Collar 330617 EA 1 $1,500.00 $1,500.00 ..._.,..___._-._._,_1...._._.............. _.__.-_..-.__...,.,..,.. ...,..,.._._.__......._.__... _......_.._-.__...._..,._...-_._.__-__..._ 6.13 3303.0001 Bypass Pumping 33 03 10 LS 1 $205,000.00 $205,000.00 6,14� 3125.0101 SWPPP ?1 acre 31 2500 LS_.._ 1 �. $5,000.00 $5,000.00 w _ _ - __ _ 6.15 0171 0101 Construction Staking 01 71 23 LS 1 $1,87Q 00 $1�870.00 6.16 0171.0102 As-Built Survey 01 71 23 - LS � 1 $1,870.00 �$1.870.00 ..._ _ _._._._-_._. __ __ __.___ __.._..------- _ _.__._.__.__._____,_. ..__,_...__._ _ ___.. _ _. 6.17 0135.0101 Railroad Coordination 01 3513 LS 1 $7,000.00 $7,000.00 UNIT VI: PROJECT 6-DAVIDSON RAILYARL)2-SUBOTAL $464,269.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20120120 Addendum No.3 City Project Na 02448 004743 BID PROPOSAL Page 4 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Descriptipn Unit Price Bid Value No. Section No. Measure Quantity UNIT VII: PROJECT 7-DAVIDSON RAILYARD 3 7.01 3331.2110 24"CIPP 333112 LF 440 $95.00 $41,800.00 7.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 32.59 $336.00 $10,950.24 7.03 3339.1101 5'Manhole 33 39 10, EA 2 $23.400.0------------ . 7.04 3339.1103 5'Extra Depth Manhole 333910, VF 21 $392.00 $8,232.00 --------_-._.__.__. _ ._.�__..._.�... __... __._.�.__�_�_._ ..�._.......�.. __..___... .........._.�.�._�__.�.�... ..�._ .__.�.�.� .�.._.... �....__..�. -----._._. .... ...._._._._ .__... 7.05 3137.0101 Concrete Riprap 31 3700 Sy 187 $88.00 $16,456.00 7 06 3211.0122 6"Flexible Base Type A GR 2 3211 23 Sy 278 $31 00 M,-, $8�618.00 7.07 3291.0100 Topsoil 3291 19 CY_ 86 $31.00 $2,666.00 7.08 3292.0400 Seeding, Nydromulch 32 92 13 SY 1535 $2.00 $3,070.00 7.09 3301.0001 Pre-CCTV Inspection 3301 31 LF 440 $15.50 $6,820.00 7 10 3301.0002 Post-CCTV Inspection 33 01 31 LF 440 $4 00 $1,7fi0.00 _- _ -.___ ..._.. .__._. __....._. __._._ .__..__ _._ . w 7.11 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 $250.00 $500.00 7.12 3305.0109 Trench Safety 33 05 10 LF 20 $187.00 $3,740.00 7.13 3306.0110 Utility Markers 33 05 26 LS 1 $935.00 $935.00 7.14 3303 0001 Bypass Pumping 33 03 10 LS i $75,000.00 _ $75�000.00 7.15 3125.0101 SWPPP ?1 acre 31 2500 L8 1 $11,800.00 $11,800.00 7.16 0171.0101 Construction Staking 01 71 23 LS 1 $1,870.00 $1,870.00 7.17 0171.0102 As-Built Survey 01 71 23 LS 1 $1,870.00 $1,870.00 7.18 0135.0101 Railroad Coordination 01 35 13 LS 1 $6 500 00 $6x500A0 UNIT VII: PROJECT 7-DAVIDSON RAILYARD 3-SUBOTAL $249,387.24 UNIT VIIL PROJECT 8-MEDICAL DISTRICT 8.01 3331.2111 27"CIPP 33 31 12 LF 845 $123.00 $103,935.00 8.02 3339.0001 Epoxy Manhole Liner 33 39 60 VF 17 $336.00 $5,712.00 8.03 3339 1101 5'Manhole 33 39 10, EA 1 $24 250 00 $24 250m00 8.04 3339.11 D3 5' Extra Depth Manhole 33 39 16, VF 11 $392.00 $4,312.00 8.05 0135.0102 Railroad Flagmen 01 3513 WD 30 $2,440 00 $73 200.00 8.06 13291.0100 Topsoil 3291 19 CY 63 $31.00 $1.953.00 8.07 3292.0400 Seeding Nydromulch TV 329213 SY 1133 $2 00 „$2 266;00 8.08 3301.0001 Pre-CC Inspection 33 01 31 LF 845 $1 1.9.00 $16,055.00 8.09 3301.0002 Post-CCTV Inspection 3301 31 LF 845 $4.00 $3,380.00 8.1 3301.0101 Manhole Vacuum Testing 3301 30 EA 2 $250.00 $500.00 8.11 3305.0109 Trench Safety 33 05 10 LF 20 $311.00 $6 220 00 8.12 3305.0110 Utility Markers 33 05 26 L5 1 $935.00 $935.00 8.13 _.__.__.__., _.. _33.-03___..__1 p__. _.. .._...__.__ ........ i_.....__...._...__-.._._._.__ ........._......_.__-.___'0 3303.DOD1 Bypass Pumping LS $127,000.00 $127,000.00 8.14 3125,0101 SWPPP z 1 acre 31 25 00 LS 1 $6,250 QO $6,250.00 _ ...._ _. - w_ - 8.15 0171.0101 Construction Staking 01 71 23 LS 1 $1870 00 , $1,,870.00 8.16� 0171.0102 As 017123 LS 1 $1,870.00 $1,870.00 _. w ..___...,..,_.-,__. . _.,.., . _. I -_. _ _ _.._._. ._�.___.. 8.17 0135.0101 Railroad Coordination 01 35 13 LS 1 $6,700.00 $6,700.00 UNIT Vill: PROJECT 8-MEDICAL DISTRICT-SUBOTAL $386,408.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 70120120 Addendum No.3 City Projeet No 02448 00 42 43 DID PROPOSAL Page5of5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value SUMMARY OF BID UNIT I:PROJECT 1 -TRINITY PARK 1 -SUBOTAL $676,080.80 UNIT IL• PROJECT 2-TRINITY PARK 2-SUBOTALI $454,622.00 UNIT III:PROJECT 3-UNIVERSITY DRIVE-SUBOTALI $613,702,00 UNIT IV: PROJECT 4-RIVERFRONT DRIVE-SUBOTALI $433,005.00 UNIT V:PROJECT 5-DAVIDSON RAILYARD 1 -SUBOTALI $359,832.00 UNIT VI: PROJECT 6-DAVIDSON RAILYARD 2-SUBOTALI $464,269.00 UNIT VII: PROJECT 7-DAVIDSON RAILYARD 3-SUBOTAL $249,387.24 UNIT Vlll: PROJECT 8-MEDICAL DISTRICT-SUBOTALI $386,408.00 TOTAL BIB UNITS I -VIII : $3,637,206.04 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20120120 Addendum No.3 City Project No.02448 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 11 of 13 SECTION 00 43 37 VENDOR COMPLIANCE;TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of 'Stale Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Mere or Blank , 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. P1 RIDDED: PM Construction & Rehab, LLC By: Greg Baggett 131 N. Richey Street Pasadena, TX 77506 (Signature) Title: Regional Controller Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS Form Revised 20110627 City Project No.02448 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 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 I I financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxper-m and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's a-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 c. 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 PORT WORTH UPPER CLHAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 0045 11-2 BIDDERS PREQUAMFICATIONS 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 Iimited 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 Prequalifrcation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or"N/A" should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a Ietter as to the status of the prequalification approval. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revise,d July 1,2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 00 45 12 BID FORM Page 12 of 13 SECTION 00 4512 PREQUALII"ICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sewer CIPP, All Sizes PM Construction & Rehab, LLC 4/30/2019 NIA Company Name Here or space Date Here or spy NIA Corrlpany'Nan�e Here or apace ?ate Here or space NIA Compariy Name Here or space Date Hare or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: PM Construction & Rehab, LLC : G g ggett 131 N. Richey Street Pasadena, TX 77506 (Signature) Title: Regional Controller Date: �2 5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Fort Worth,TX-Upper Clear Fork-DO 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSXFTON 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. 02448. 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 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 ��nf_ - l-�]- 11 Co YyC,�-i a� h`� �4 ,U d By: Gr-n & e`C� 12 Company se Pr 13 14 u Klond ie � 4 0o Signature: 15 Address 17Y1l.�P�'S► �7�1 c �" Title: l5tY1�' C�'e - 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEAS Gj f C)q i•CL § 22 �JJ 23 COUNTY OF T-ARVANT koada I-e-§ 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 C-Veae - G[ _____, known to rite to be the person whose name is 27 subscribed to fore mR Instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of S G ni- for the purposes and 29 consideration therein expressed and in the capacity thered stated. 30 31 GIVEN LNDER MY HAND AND SEAL OF OFFICE this 22,h0L day of 32 33 34 ` '�1pl111111t1yti�� - 36 ,' :yir t:til�j,• Nota ublic in and for the State of T.exa 37 ; F\PIRFs GEORGIA 38 END OF SECTION O PI'fit_%C F 39 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION,SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 00 45 40-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 5% of the total bid value of the contract(Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The O eror.shall 30 cle1IV2r the M141" clocannem-ation 41 t(F f.he lip,+:w}aiatc employc-.e +)f tCie pttt-clMasing 1vision and 31 {Main a-datcltirne receipt. S11cIi meeipl shall be evidence 1Jiat Hie {pity received the deouiiienCation in the 32 1.11nv riIIocated. A faxed iiiii1lor vs-pia iled roily will not be 11 CCU pted. 33 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CIT'Y'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817) 212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised.Tune 9,2015 00 52 43-1 Agreement Page 1 of 8 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on Q ��is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and PM Construction & Rehab LLC, authorized to do business in Texas, acting by and 7 through 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 15 is generally described as follows: 16 Upper Clear Fork Drainage Basin Interceptor Improvements 17 City Project No.02448 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Dollars 21 ($3; �IO2LX- •04). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 365 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General 26 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 27 General Conditions. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-2 Agreement Page 2 of 8 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, 30 and to achieve Final Acceptance of the Work and City will suffer financial loss if the 31 Work is not completed within the time(s) specified in Paragraph 4.1 above. The 32 Contractor also recognizes the delays, expense and difficulties involved in proving in a 33 legal proceeding, the actual loss suffered by the City if the Work is not completed on 34 time. Accordingly, instead of requiring any such proof, Contractor agrees that as 35 liquidated damages for delay (but not as a penalty), Contractor shall pay City Six 36 Hundred Twenty-Five Dollars ($625.00) for each day that expires after the time 37 specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of 38 Acceptance. 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 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-3 Agreement Page 3 of 8 57 i. MBE and/or SBE Utilization 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 68 Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 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 by 78 the contractor, its officers,agents, employees, subcontractors, licenses or invitees under 79 this contract. This indemnification provision is specifically intended to operate and be 80 effective even if it is alleged or proven that all or some of the damages being sought 81 were caused, in whole or in part, by any act, omission or negligence of the city. This 82 indemnity provision is intended to include, without limitation, indemnity for costs, 83 expenses and legal fees incurred by the city in defending against such claims and causes 84 of actions. 85 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-4 Agreement Page 4 of 8 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 provision 91 is specifically intended tooperate and be effective even if it is alleged or proven that all 92 or some of the damages bein-g sought were caused in whole or in part, by any act 93 omission or negligence 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 CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-5 Agreement Page 5 of 8 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement if signed by someone 116 other than the duly authorized signatory of the Contractor. 117 118 7.7 Prohibition On Contracts With Companies Boycotting Israel. 119 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 120 Code, the City is prohibited from entering into a contract with a company for goods or 121 services unless the contract contains a written verification from the company that it: (1) 122 does not boycott Israel; and (2)will not boycott Israel during the term of the contract. 123 The terms "boycott Israel" and "company" shall have the meanings ascribed to those 124 terms in Section 808.001 of the Texas Government Code. By signing this contract, 125 Contractor certifies that Contractor's signature provides written verification to the City 126 that Contractor. (1) does not boycott Israel; and (2) will not ,boycott Israel during the 127 term of the contract. 128 129 7.8 Immigration Nationality Act. 130 Contractor shall verify the identity and employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility 132 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 133 all 1-9 forms and supporting eligibility documentation for each employee who performs 134 work under this Agreement. Contractor shall adhere to all Federal and State laws as well 135 as establish appropriate procedures and controls so that no services will be performed by 136 any Contractor employee who is not legally eligible to perform such services. 137 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY 138 PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 139 CONTRACTOR, CONTRACTOR'S EMPLOYEES,SUBCONTRACTORS,AGENTS, OR LICENSEES. 140 City, upon written notice to Contractor, shall have the right to immediately terminate this 141 Agreement for violations of this provision by Contractor. 142 143 7.9 No Third-Party Beneficiaries, 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third-party beneficiaries. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-6 Agreement Page 6 of 8 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or 149 their sureties, shall maintain no direct action against the Engineer, its officers, employees, 150 and subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on-site representatives or otherwise, do not make the Engineer or its 154 personnel in any way responsible for those duties that belong to the City and/or the City's 155 construction contractors or other entities, and do not relieve the construction contractors 156 or any other entity of their obligations, duties, and responsibilities, including, but not 157 limited to, all construction methods, means, techniques, sequences, and procedures 158 necessary for coordinating and completing all portions of the construction work in 159 accordance with the Contract Documents and any health or safety precautions required 160 by such construction work. The Engineer and its personnel have no authority to exercise 161 any control over any construction contractor or other entity or their employees in 162 connection with their work or any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 005243-7 Agreement Page 7 of 8 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective 168 as of the date subscribed by the City's designated Assistant City Manager("Effective Date"). 169 Contractor: City of Fort Worth By: Jesus J. Chapa By: Assistant City Manager (Signs e) Date ® e .41 UY Attest: (Printed Name) ,City Secretary Title:A-sS(Sizi n r66 V`"I (Seal) Address: 1511) Pon& +t ocj #-L�Do M&C Date: 12 1 Form 1295 No. (74%.w',T-'T-rs'r �' City/State/Zip: LOnge4 6 A Contract Compliance Manager: 30ML4 By signing, I acknowledge that I am the person 14 _ 1 9 responsible for the monitoring and administration of this contract, including Date ensuring all performance and reporting CITY OF FORT WORTH UPPER CLEAR F QR'IfCfPR T5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 OFFICIAL RECORD Revised 11.15.17 CITY SECRETARY FT. WORTH,TX 005243-8 Agreement Page 8 of 8 requirements. �fL( 0 v Liam Conlon Project Manager Approved as to Form and Legality: Douglas W. Black Assistant City Attorney 170 171 APPROVAL RECOMMENDED: 172 173 1.74 Christopher Harder, P.E. 175 DIRECTOR, 176 Water Department 177 CITY OF FORT WORTH UPPER CLEAR RK INTERCEPTOR IMPROVEME NITS OFFICIAL RECORD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No.02448 Revised 11.15.17 CITY 6CR TARN E,6113- P PERFORMANCE BUNS] Bond Na SU 1155177 Arch t 411('TIQfi1 1104113 lES00002539 Everrst 2 PERFORMANCE 13OND 3 4 THE STATE OF TEXAS § 3 § KNOW ALL HV THESE P'RESEN'TS: 6 (j'GTJNTX OF TARRAN'>t' § 7 '1 hat we,_ _ PM Constrelction &Rehab,I,I,C known as 8 "Principal" herein and Arch Insuroncr Company and Evrrest lteinsurancr Company a corporate 9 surcty(suretiv!5, if more than one)duty authorized to do b"ineis in the State ofTeicas, known as 14 "SufeLy"hcrehl(whether one or more),are hold and rLrrnly hound unto the City of port Worth,a I t Municipal corporation created I n-suanl to the Inws of Texas. knows►ro; "City""liere in, in the penal 1 Sum o�,hree14I11{EQn Six Hundred Thirty Seven ThouxeridTwo Butte eodi Sand 00110{1 13 $_ 3,637.2 ,OJ3 }, lawful Morley of die United States,to he paid in port Worth, 14 'Tarrant County,'Texas for tha payment orwhich sum wcl I and truly to be mad% we bind I 15 rnlrselv0s, cw heir% executors.administraturs,successors uod asfiigns,jainLly and scveraliy, 16 ftrrnlybytheseprments- 17 WHEREAS,the Principal has entered into a certain written contract with tlsc City is awarded the day of 20 19 ,whi*h Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set fortis herein, to furnisls allrmte'rials,equipment 20 labor and other accessories drfincd by Caw, in tlro proseceltion Oftlta Wor c, including ally Cltange 71 .Orders,aas provided far in said Contract designated as 22 UPPER CLEM VQRK Cr>LA!-hiA02 BASIN MTRCEPTOR Iff yE-MENTS 23 Q P jeer 24 NOW,THE PPE.the condition of 01 is obligatiorl is scab that if the said Principal 25 steal I faifl fully perform it obligations under the Coutruct and shall in all respects duly and 26 faithfully perform the Wort-, including Ciuo►zlge Orders,under[lie Contract,according to the plans, 27 specil`icatiotts,,a3ndnontract documenla therein referred[in, artd" ►veil during Fkay periOd of 2 B extension of the Contract thm may be granted an tlsc part of 1 he City, thoh this obligation shall be 29 ftnd became null and void,othor-wiSe 10 remain in full ftrri:c and effect, 3t1 PROVIDED FURTHER, Illat if airy legal actlon he Filed on this Bund, venue shall lie its 31 Tarrant County, Tex Hs or the United States District Court for the:Northern District of Tcxas, Fort 32 Worth Division. 01Y Or t'ORI'WORM €lPPEH 01tdR FORKIM'a*iIRCEP70A 1MPA0VEhfFJM STANDAkgCONSTAW ION SPECIFICATIONWCUMtNTS C'try1'roJrc� ,02448 IUAicdJuly 1,2011 471)61 13-2 PrtttPl RMAN(M tiClND Page 2 PQ 1 This Bond is made and executed ill complitince-;with the pmvisions of'Chapter 2253 afflia ' 2 TexHr 0overnmunt Code, es jimc❑ded, and all huhilit'ses on this hand shall be delermitted In 1 3 accordance ivlti the provisions of said statue. 4 IN WITNESS WH1:ltEOF, the Principal and the Surety have SIGNED and SEALED 5 this instrunwnt by duly allthorized agents anti officers an this the 12, day of T__-�- 6 2k U) 7 PRINCIPALt 8 PM Constmct[on&Rehab;LLC 9 M 11 BY-. 12 c l3 LTZ T, to 0114e� Y 16 0"10N=a an it le 17 � 11 rn U0— is Address: 131 N.Kkhey PQSBd=A,TX 77506 19 20 1 21 22 i 23 42 n` ;'*CS S[ I--,7'Y: 24 Arch I-isuratlee Comlrany_and Evgesl Reinsurance Carnpany 25 25 S- 28 afilrc 29 30 Viclarid P.Pwz4rson,Aitumcy-in-r+rct 31 Namc end Tide 32 Arch physlcat address! Eiarbarslds 3,21a I-tudsan StIrej,qtr 33 Address: . fcrny City.NJ 07311 34 �iei(i`r 2g j rat way. to 15 ., t-illaTphia PA 1 14ii 35 EvtCCar: PO Sox 831),Lttietiy Cerra,NJ s1763R 37 witness as to silratY. _�„ Telephone Number..A rdi 215-6ofi-16o4 39 yamm•. 005-G{ll—goe 39 JIM 41 "Note! fF signed by an officer of the Surety Company, (here must be on file a certified cxtrt{ci. 42 from the by-laws showing that this person has authority to bign Bitch obligation. [f 43 Surety's phy-sical address ix different Rom its mailing address, both must be provided. 44 Tfit date of the-band shall not be friar to the date the Contract is awarded, 45 CITY Or PORT WORTH UPPER CL,Vj?b-ORf{INTER EP709 IMPROVEnMEMS �TANDRIU-)CONS"MtrCi o,4S?EGIFICA'rrohtix?CUMENTS c1tv Pro Jec#fila,0 4�cf 1ic�rcd July 1,M I bll{rl Id.r r.AYMFNT BOND hy,c I arz Sti'Tf Ow oo 6114 Pond No.S'U1155177 Arch 2 PAYMENT BON D ES00002539Everest 3 4 THE STATE OFTEXAS 5 KNOW ALL 31Y TI SF PRESENTS; 4 COUNTY OF`t'A RRAINT 7 'That we, PM Construction &Rehab, LLC known as 9 "Principal' herelik and Arch 11icurance Company and Everest Reinsurance Company 9 corPurgtc sum'ty (sureties), drily uuthorized to do bimintlss ill Iho Slate of TeXR5, known ,ns 10 d'Surety" herein (whether one or more), are held and firmly hound 110to the City of Dort Worth, n l 1 municipal MMOratioll created pursuant to the laws of the State Of Texas, knovoi as "City" herein, 12 In the penal suns of 'rhtoe Million Six Hundred ThkiySeven ThotikSand Two Hun eg Six and golIgo UrFi 13 (S 3,637,206.09 lawfill money of the United Slates, to be paid in Fort Worth, IQ Tarrant county,'I'exas, ibv the payrlleot of which sure well and truly be mnde, we bind aursalVW, 15 our hairs, *xecutors, adininistralors,successors and assil,ns,jointly and sevem11y, firmly 1)y t#iese 10 presants: 17 VVIUREAS, Principad lies entered into a certain written CQlttract with City, awarded the IS ; __day of ] _ .. , 20 19 , which CwTect is hcrefry rccrred to and 19 much:it part hereof for ill purposes as if fullyset fortft herein, to famish all matorials, equipment, 20 labor nud other necessorieq as defined by law, In the Museculiall of the Work Rs provided fbr in 21 said Contract and designated as 22 QNl}Cfl �FO K I)FA1N,+�V--]B—B— N IN'rEItPFPTOR fNtl'RI�VL� 23 _QiW P ' { 24 NOW. 1`BEREFOl2F, THE CONDITION 01: THIS oBlawriON is such 611 if 25 Prinvigal shall pay all monies uwing to any (and 00 payment bond beneficiary (as definrd in 26 rfinpcer 2253 of tine Texas Government Code, as amended) In tlae prosecation of Zhu Work Under 27 1he C Ontract, then this obligation shall be and beeowe null and void; otherwise to remain in lull 21t force and effect. 29 This bond is made land executed ill eomplianoe with the Provisions of Chapter 2253 of the 3t1 Texas Government Code, iks amended, and nil liabilities an this bond shall be determined in 31 accurdance with iho provisions of said statute. 32 CITY i'I;aR'r lVokTR UMM CL"R F{)AK1N7hRCFPMfi;+dY)?i3Vf,°UPA7S STANOAKD CONSTPUMON WCO14CATION i7(]l t1hil;N I S G'fty Pfnje.�Flo f12J4B Revisrd Ally i,3R 1 I �1 PAYMENT PUNT] Np 2 ur2 I IN WITNI SS WHEREOF, the Principal iirtd Surely have each ,SICxl ILU and SI•iWJ) i 2 this imstrument by duly authorized agents rind officers an this the —j— day of 3 t5 4 lF'RfNCI PAS.: PMCenstrucHon &Rehab LLC ATTI:sST: By. ature A-'r-4: Yele+'Ll i�lame nd title ' --- �� Formic, I fK05 Address, 131 N_f# Pasaderta,TX 77506 04 c�►1' l lI k)i T1'IQ.S SURETY: Arch Insurance ComRaily and Evens,ReMsurance Company ArMIST: v: si mat e Victarlo P.Parkerwn.ALiamu hi-tom¢ (,`ttrdy)N%ANMf AdartsWrutn Name and Title Arch physical addregs: Harharside 3.2Ii]Hodson 5treel.SIC 301D Addre,Ss: lerscr City.N) D7311 Sti M-Ailing..3 patlrtvay+Sie-ISM,Philadelphla,PA 191P2 I''Verew P t#uess as to Stilrcty E3i me Moraski 11r4h= 15 6t1G I6oif Tolephane Number, Everrai. 908-604-3000 S 6 Note: if signed by an officer of the ,Silrely, tberc must be on file a ccrtified extrnct from tho 7 hylaws showing 111111 iliis }person itas authority to sign such rihliption. if urcty'r physical R addresq is different Cron its mailing address,bab must be provided, 9 14 The date of the bond shall not be prior t❑ the date the Contract is ttvmrded. i I END OF SECTION 12 CITY OF t�CttT WOPT3l UPPER(iEAH Ff181i INrFRCF.P?V47 fMPROV81tf6NT4 STAWi ARD CONSTittXLTfUN D0CUMLNi,S C!ry l'mfrt!Na b7�+ to Rtvisrd]uty 1.2011 Mnnv NNANCE 13ONn PW I of] 1 SECTION UO 6119 band NO.SU 1155177 Arch 2 iY1.41 NTENANC F.BOND ES00002539 Everest 3 4 THE ST,,ari.u rj-,XAS � 5 KNOW ALL BY TRESE 1''l-tESENTS1 6 C0131 1'Y OF TA RRANT 7 8 That we PM Constiilctinrl N Rehab.LLC knnlvrE as 4 "PrinaipaI" Iletei" 1lrLcl At&Insurance Company and Everest Reinsurmce Compasrya corportits surety 10 (sureties, if wnre than one)duly 11uthotixed to do lausines9 in the State of Texas, known as 11 "Surety"herein(whether one or more),Are held and frrmr y bound unto the City of Port %Vorth, a 12 municipal corporation creairgj pursuant to the laws Ofthe Sate afI'1, % known as"CiWy hereirl, Three Million Six Hundred ThirRy Seven Thousand TwH� cued Six and 00/tpo e� 13 in Ll1e st,m of 01Vars 14 ( 3,G37, 4G,171} ,113wtnl 1110fkaY Of the United S't C5t to be paid in Fart Worth, 15 Turrsint Gout}t3,Texas, fnr payment of which sent well and truly be rnade unto ft.City and its ifs silce SnrEE, we bind ourselves,our heirs, eueentors, administrators, successors end assigns,jointly 17 and severally, firmly by t est:presents. is 19 WHERIMS,the Frfiteipai has entered into a certain written contract M7lh the city awardod 20 the 1 Clay of 20 W ,which Contract is hereby 21 rcFesrcd to find A rrladc part hereof fall pLir oacs as if htily SGt#crrth herein, to l'L11TEI3iIt 0 22 Materials, rquipmenl 1nbor and other accessories as defined by law, in the ptosecutiol; of+the 23 Work. including any WorA residting from ti duly authorized Change Order(calkctivety heroin, 24 the"Worts")as provided for in said Contract and designated as 25 UIYE t CLEAR FQKK DRA1��1G11.9r1 �N 1N7'E3RCl?PT©IZYIVIt�ftDYF�E FbfTS 26 G. '�11-gcct �+t. Z48 27 ; and 28 24 WHERKAS,Principal binds itselfto m suoft materials and to so construct the Work in 30 aGcUrdance With the plans, specifications and Contract Decutllertt9 that the Work is and Will 31 reinain free from dcfec#s in mateFiFft or workmanship for and during the padad of iwo (2)years 32 efler the date of Final Acceptance of the Work by the City("Ni tttnlennucc Pcried");and �3 14 WHEREAS, NiFLUipal binds itself to repair or reconstruct the Work in whole or irk part 35 NPori receiving notice from the City of the: need therefor of any time within the[4 aIntetU Zwe 36 Period_ M,V OF a0811 WORT1l UPPER C!0-4K FORK INTOC74TroftrAd?RCJY�iMINTS 5TA1+11YA.RDCONSTRUMQ,4srrECincATi4Evnc]cuMENT4 C1 rnfcclA'o.OT4dd Revised hqy 1,701 I 4osi iF-2 Nl-tTr rNANCE BOND NOW 7'1:3MUFORE, the condition of this obligation is such that ifPrin6pal shall � 3 remedy any defective V eTk, for Which timely notice was provided by City, ten Completion 4 satisfactory to File City, then this 6ligation shall becnnic null and void; otherwise tiD remain ia 5 full forvo and effect. 6 7 PROVIDED,HOWEVER, ifPrincipal,ball fail so to repnir or reconstruct any timely B noticed defertivo Work, it is grccd that the t11ty may cause any ftod all such defective Work to 4 be repaired and/or reconstructed with all associated costs therw being hom4 by the Principal and 10 the.Surety tinder this Maintenance bond; and 11 12 PROVIDED I"IRTHER, &31 if tiny legal action he filed an this Bond, venue shall lie in 13 `I'amni Cotmty, or the United Stntcs 1)ktrict Court for She Northern Dlatrict of Texas.Fw 14 Worth 17s`vision; and 15 16 PROVIDED FCtTt'I`HER,that this obligation shall be continuous in nature and 1 J -successive recoveries miry he hnd hereon for successive breaches. ig t9 7.11 CtTY 4F MRT WQRTtl UPPrR C hMI?FVjY 1N!$'RC&F1UR J.4lPROYF.MENy.T STANDARD CONSTRUCTION SPEUf•'ICATIONM) Cumj1475 vi, Fx4h!r1#!a.t12�4$ Rewiml July 1.201 k DO61 #9-] MAir1'rEHANC9 HOND f'pgC]a 1 IN WF'WESN WHERKOF, the Irrinciptal and the Surety [)aye each SIGNED and SUALED this instrument by duly u:lth.nri7�rd fig nts and of#uwrs on lhi:� Ihtx day of_ 3 �C] 2U Ig - — 4 5 PRINCIPAL: b PM Gonstruction&rehab,LLC 8 9 BY: 10 t 1 A'!"l'y 12 {1 � 6*oOw ` 14 slma+lit le - Is ionni l fn 10rf J*eS Address: 131 N.Richey,Pasaderiit,Tx 77.5o6 18 19 r 20 I _ 7.7, S t 1 23 ,Y: Arc Insurance Company and Everest Reinsurance Company 24 25 BY: 26 Si e 27 2R Viclorid F.Parkurson,Attorney-ln-Filet 29 A' and'Ititle --- 39 Arch physical address, Flurhorrldc 121Il Hudfnn Strcel,81V 31 Address. lersayCi(p,NJ 07311 32 A ° to al iu : 3 par way)tc 150 ,P f acdlphla,PA i4a�}z 33 r34 , k I:vcress PO Uo:&3b+f,ilaert C$rner,I CI R7938 35 �tnes5asto urety lane Mora s Telepho=Number' Arch; 1S-f45.1{q 36 Ever¢ll. 9i}B-6U4-3iM0 37 "Note: If signed by an of k,,er of the Surety Company, there musi be nn file a ccrtit'ieci extract 38 from the by-laws showing That this person has nlltherhy to sigil spch obligation. LF 39 Surety'a physical address is€liff� cf.11 from its maililtg address, both rrlusl be provided, 40 The date,of tha bond Aall not be prior to The date;tlluCvplrect N awarded, 41 CfT Y i]f;I Ofi'r WORTIi UPPER CLEAR PORKlN7*,WCEsp7Z7R jAlpRUWAjeN7-S 5iTf%r4D(%M[x COrrsTltUCi'tON,SPiicf l7CA-t'1c3N TK}f:UMI-Iffr5 Cfry Yrfyrrl No,81,r4d Rzvinrd July 1.20:I SURPATH 201.7 This Pnwer of Afforney timfts the acts"f those named herefrfp attd they have no avfhnrity fu bind tha Company iwr ept In tha manner and to the exientherein sfaferf, Olaf vai(d for Mote,Loan,Letter of Crudit. Currenay bate, Interest Rate nr Roslefentiaf Value Grraraafees. BOWER CIF xrTDRNEY Know All Persons By These Presents: That the Atch Insurance Company.a corporation organized and existing tinder the laws of the State of MIS-3011d, having its principal adminisiralive office In Jersey City,New Jersey(hereinafter referred to is the"Company")does hereby appoint: Victoria rz_Ptirkamon IN true and fawftlt Attorney-In-Fact,tD metre, execute,seat,and deliverfrorn the date of issuance of this power for and on its behalf as surety, and as its act and de add, Any and all bonds, underEaMfigs,rerognlzances and other surely obiigations. Surety florid Numt)er: $01155177 Principal: PM Construction &rehab, LI_{; Obligee: City of Fort Worth This authority does not permit the some obligation to be split Into two or rrrore bands In miler to briny each such bond within the dollar Ilrntl of authority as set Forth herein. The execution of such bonds,undertakings,recognizances and othersurely obligations In pursuance of these presents shelf be as binding upon the said Company as Fully and amply to all intents and purposes, as If the some had been duly executed and acknoWle+dged by Its regulariyelected officers at Its principal artmintsiretive office in Jersey City, New Jersey. This Poww of Attorney Is executed by authority of resafutfons adapted by unanimous consent of the Begird of Dlrectam.s of the Company on September 15. 2(111, true and accurate copies of which are hereinafter set fbdh and are hereby certified to by the undersigned Secretary as being In N4 Farce and effect; 'VOTED,That the Chairman of the Saard, the President,or the Executive)Ace['resident,or any Senior Vice President.of the Surety Basirress Oivision, or their ape *lntees designated In wriling and#lied with The Secretary. at the Secretary shall have fire power and authnrity to appoint agents and altvrneys-in-fact, and to authorize them strfliect la the 11mitaiions set Forth in their respective powers erf attorney, to ereclrle on behalf of the Company. and altaoh the seal of the Company theretor bonds,undertakings, recagnizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents Fer acceptance of process-' This {power of Attorney Is sinned, saaled nrrd ce:ifAsd by facsimile tinder and by authority of the fnilowing resolution adopted by the unanimous consent of Ihu Board of 01rectots of the Company on September 16.201-l: VOTED,That the signatute of the Chairman of the Hoard,the President,or the Execril[ve Vice Presirfentr or any Senior Vice President, of the Surely Business Division,or their appointees designated In writing and filed with the Secretary,and the signature of lhg secretary, the seal of the Company, and certifications by the Secretary, may he affixed by facsfrnffe on any power of attorney or bond executed prrrauent to the resolution adopted by the Board of Directors on September 15, 2011, and any such power sen executed, sealed and certified with respect to any bond or undertaking to which It Is attached,shalt continue to be valid and binding upon the Comparry, 0011r11_0013 00 03 03 Pape 7.of 7 Prinked in U.S.A. SURPATH?017 In-Testimony Whereof, the Company has caused this Instrument to ba eigned and t;s ceWrata seal to 1�,r!ffixed by ttzetr atathorized officers,this 28Ih dayot ;�YPi�mbef 20 i7 Attested and Oarlified Arch Instlrancf)Company 9 h--&d Ft palrlr.Ec I(.Naif5,Secretary kiovrl David M. Finkelstain,✓;xec(pive Vice Presdent STATE OF PENNSYLVANIA SS COUNTY OF PHIt ADELPHIA SS 1,Mlchpla Ttlpadf,o NOtary Public,do here*certify that Patrick X,Nails and I)avid EVt,F'tnkeisteln personalty known Io me to be the same persons whose names are respectively as ,wecfetary and Exeontive Vine President of the Arch Irrsuran+:e Company, a Corporativr, organized and exisUrtg under the laws of the State of M(*,;N0uf1, stM vdbed t¢fha foreoolnp Insirutnent,appeared before me this day In person and severalty act:norvtedged Ihnit they being thereunto duly sufh,30zed sinned, sealed with the corporate seal and delivered the said instrument as the free and voluntary$ct of said corporation and as 100f own free end voluntary arts for the, rises sand purposes therein�At forth. C0PM0MyMTH 0FPEWCMVRKu JW[itEtETBIFGi#t,t+nte,yPjkItc44 CUM Rhlt'¢zrF+}b Phlb COM �,yt:�rrur,tuten�� #t.2♦TZi MlcheTs Tripudl,Nolesy Pabiic My commission expires 0713112021 CERTIFICATION I,Patrick K.✓•falls,Secretary of the Arch Trrsutanre Cnmpany,tin hpTehy certify Ifrat the attaches!Pmvr:r of Attorney dated `wentamber on behalf of I". person(s)as Its!ed above Is a true and correct copy and that file same has been In full force and effect since the date thereat and Is In full force and effect on the dRtfr of this certl imle,ansl 1 cla farther certify that the said David K FinkelVeln, Who executed the Power of A"ofney as E,xf.cutive lrica President,was on tits mate of execution of the attached Power of Attorney the d.fly eleMed Executive Vice President of 1110 Arcli Insurance Company. IN TESTIMONY WHgBEOF, 1 have bereunig str?rscrlbed my nanrr3 a4rd nffxed the ccirporate 9981 of the Arch Insurance ComparT_v on this t; day of 2CF j AAd—"V—--- Paldris K. Nalts,Secreiary Tuts Power of Attorney tirFtits thq acts of Ehose r7amed therein to the bonds and undertakings specifically nPmerf P►erein and they have no authority to Bind tha Company except In the rnnnner and to the extent herein sla(ed, Pt,EASE SEND ALL CLAIM INQUIRIES R.EIATING TO THIS SONG TO TIIF FOLLOWINt;A13F)RESS; Arch Insurance Surety r)tvisian 3 Parkway, Suits 1500 Philadelphia.PA 19102 GOFYC�1±€ � FTAL nth Nis:cart OOMLOO13 01103 03 Pape 2 nt7. Printed in USA ff d/FR VET`' POWER OF ATTORNEY EVE-REST RLINSURANC�COMPANYOlEtAWARE KNOW ALL IIC-RSONS By i MUSE PRESENTS That Evwat Relnauronm Company. r, rorporation ni the Scale o! I)elawaare �'Cempnnyj Izavtap Ifs principal ofiire I'Matod at 477 Mailfn5vilfe Road. I_Iherty Crimer, New Jersey 07936, tin humby nominate. onalitula,and appoint Violloria P.Parrkervan, Its true and lowfvt Ailome f.143act to make,execuls, attest, seal and delrler for and on Its hahelr asi surety, and ae Its art and deefJ. whore required, eny and d bands and undedaNingi In ft,More lhe�eof,for the penaE guar of n412"of which is In any eueal lc.exceed UiclC,MITep,reserving for Hggff the rutl p r t v of subsilfuftorl rand r0vrjvdf?bi1, Sand NW. ES00 0753$ Prindpal; PM CGnstruciinn&Rei7mb LLC OW;996: City of Fort Worth Bach bands and Undertakings,when duty executed by the aforesaid A tumsy4n-fagt ehaH ba binding upan the CompA-ny ag fully and Io ihEr"me exlanl ag It such banda and Irnderiakings Ware signed by Ih9 President and Secretary of the Company and sealed with l:s corporate Sbair, ThN Powr+r of Ailumey Is granted and is signed by facsfmife undar land lay Ihq nttthority vt lha folitwring Resoiui'ans ajdnplerJ by the Board of Oirettnry of C mpaty('Board')on the 2alh day of Ally 24161 t;t:SOLVEQI that the Presrerent, eny EximutiVo Vice Presfderit, and any Serrfnf Vice Pr++sfdFertf and Awttnny Romano ors hai rhy appoinfaO by the Hoard ws aelhorired fo make, executer, seal And dalr'Ver for and on behalf of eho Currapaany, any frrfrf off bonds, vrrdarfakinga,contrrtuts oroblfgatlons In Wirely or ca-sumlywifh others and fFiat the SeCrelAry of anyAssistant Secretery of the Cpmpariy 6fl and!flat each of tfrern hereby If, authuftred tit lamest 10 140 exesrrllcra of eny 9flclt bofWv, undedakingq, canfteats or obflgatlons ki surely or cif-sfxefy arnd ftUscli fhemfg fhe corporate seef of the Company. RESOLVER FURTHER. that tfre t'}resktenf, any Exec,rfrvo Vrce Pm:;fdanf; rind arty Senfor Vice Pmst;tant and Anthony Romano are hereby aljIhgrizod hs narectjte powers of atfrrmey qu811Mn9 fhe attanreY Barnes In fhe giver,power afettorney 10 ox9aufF, a behalf of the Company, bonds nand undrrrta4n95 kt surely or W-Hurrt(r with ethers, and that the Socm1a y or any Asslsfflnt Secretary of the Company be,and that each of 1hom 1s trarrrby nrrlhnrjzesf to allest the rrxeerrtlarri e+f trny such powarof otivrnoy, arnd to gftarcll tirytarto the corporate seei bfflfe Company. RESOLVED, FURTHER. that fhe algnafurer trf sfrcih officers earned ifr ltre preceding msofidlons and the c,oapvrafe seat of the Company Mary be axed to voch flowers of atfL�mey or to any cor0frcale felatipg fhgtafo by fecSFn66.arrd arty such pawty of allorney or a:ediricait9 Lerrrirrg xFcfi fecsfrrtftff xtgrrefwes offecdmfttt y2el she#+he 1herenflarv0d rirld blading upon the Cprt3POMP with respecl fo any bond undertaking,confreel or obltgatloa In surety orca-sifraty with others to Which It is affached. IN WITNESS WHEmEOF,lEv9test Reinsurance Company has aousad lhm!r cerpomi9&ears Io be affixed hernia, arrd tltusi�presents to be signed by lhelr Bury aulher[md affAcers this 26th day ar duly 201E_ �y�gura t►��0� LvbreSl ige�ns.r�itif4 a';ornp$uY a SEAL ns Most- Nisote Chase,Ass*sant;Secretary By,Anthony Romano,Vfcb President On this 291h day of July 20161 beforo me personally carng Anthony Romanor known to Mv,who,being atuty sworn,did execute the above JnstfUMWAI; !heft he knows the seal of Bald Company; that 1ha 9901 affbced to ilia aforesaid Insfrt,rnenf is Each+lrpolate seal end was aaf mod tf+ereta;and that ho execoled said lnslrumet)l by Mica order, lflA 8O15SEL1Le Notary Public,State o{tVflw York � No 01006239736 Qualified In queens Cminty Tutor Ewpireg April 26,2011A Linda,kv,sojje,Ptole,ry pubk 1N TNEsq WHEREOF.I hive hereunfe set my hand and nfflxatf the seal Of sold Company,At"Uberly Comer,V# day of 20 19 es oD 01 oK 15 IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint- Para obtener mTorrnaclon o Para someter Tana queja'. You mey ralf Arch Insurance Group's tali-tree l,.lsted puede Il'amar al mimes de tefefonv gratis telephone number for Information or to make a tie Arch insurance Group pars informacion o complaint at: para someter una que}a ai; 1-866-413-5550 1-1166-413-6550 You may also write to Arch Insurance Group at Usted tvmbien puede escribir a Arch Insurance Group, Arch Insurance Grorip Perch Insurance Qroup htarhorside 3 hlarborside 3 210 Hudson Street, Suke 300 210 Hudson Street, Sllite 300 Jersey City, NJ 0131 1-1 1 07 Jersey City, NJ 0731 1-1 1 07 You may contact the Texas Department of Puede camunicarse con el Departamento de lnsurenre to obtain Information on companies, Seguros de Texas para obtener informaclon coverages, rights cr complaints at: acerca de companies, cobertures, derechos a guejas al: 1-800-252-3439 1-800.252-3439 You rnay write the Texas department of Puede eseribir at f mPartamento de Seguros de insurance: Texas; P,O Box 149091 P.0- Sox 149091 At+sfirt, 7 X 78714-9091 Austin, TX 78714-9091 Pax: (512)490-1007 Fax. (512)4130-1007 Web. h1tp:0w► w.Idi texas.gov Web: http:#www,tdi,lexas,gov E-matt. ConsumerProtectlon@tdi.texas,gov E-mail.- ConstpmerProtection@tdi-texa&gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SORRE PRIMAS O RECLAMOS: :Should you have a dispute roncerning your Si Ilene una disputa concerniente a su prima O a premium or about a claim you should Contact un reclarru}, debe comunicarse con el Arch the Arch Insurance Group first If the dispute is Insurance Group primeto- Si no se resuelve Ja not resolved, you may contact the Texas disputa, puede entonces comunicarse can el Department of Insurance- departamento(TDI), ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA. Este aviso es This notice ir, For infoFination only and does not sole para proposito de informacion y no se become a part or condition of the attached convierte en parte o candicion del, documento document. adjunto. 00 ML0042 44 04 16 Page I of 1 TEXAq IMPORTANT NOT1rV_ TEXSAS VISO IMPORTANTE To obtain information or make a complaint: Para obener information o para someter una queja: You may call toll-free for information or to make a Usted puede llamar al numero de telefono gratis complaint at para informacion o para someter una queja al 1-866-287-1736 1-866-287-1736 You may also write to: Usted tambien puede escribir a: Everest National Insurance Company Everest National Insurance Company 477 Martinsville Road,PO Box 830 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 Liberty Corner, NJ 07938-0830 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at 1-800-252-3439 de companies, coberturas, derechos o quejas al 1- 800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Consumer Protection(111-1A) Texas Consumer Protection (111-1A) P.D. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512)490—1001 FAX#(512)490-1007 Web: http./ .yww.tdi.texas.gov Web: ilttP://www/tai.texas.gov E-mail: ConsumerProtection@tdi.texas.eov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a un premium or about a claim you should first contact reclamo, debe comunicarse con el agente o the agent or call 1-908-604-3000. If the dispute is primero. Si no se resolve la disputa, puede not resolved, you may contact the Texas entonces comunicarse con el departamento(TDI). Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part of condition of the attached no se convierte en parte o condition del document document. adjunto. N P 70 68 0901 MMIDD CERTIFICATE OF LIABILITY INSURANCE DATE 21`20 019� 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 APA END, EXTEND OR ALTER THE COVERAGE !AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSUIRER(S),AUTHORIZED REPRESENTA71VE OR PRODUCER,AND THE CERTIFICATE HOL13EFL IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED{provisions or 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 doss not confer tights to the certificate holder In lieu of such endorsemen s. PRODUCER CONTACT Amber Breaux NAME: PHONE 713-4784123 FAX 713-470.4124 A lant Insurance Setvices Houston, LLC No,Exl; qIC,No: S4"Westheimer,Suite 900 E-MAIL ADDRES$: abreaux@slllant.cam Houston,��7�®�� INSURE S AFFORDING COVERAGE NAIC4 INSURER A: Greenwich Insurance Company 22322 INSURED �1. INSURER B: XL Specialty insurance Company 97886 PM COtish lion&Rehab,LLC INSURER C: 131 N.Richey INSURERD: Pasadena,TX 7705 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUB POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR VIVO POLICY NUMBER M MIUO LI TS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X❑OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP(Any one person) $ 10,000 A CGD74G022006 04/0112018 0410112019 PERSONAL&ADV INJURY $ 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- X I JECT u LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: AUTOMOBILE LIABILITY COMB( DRI—ILi 7 $ Ee accident S 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDAUTOS CAD740922106 0MV2018 UMI/2018 BODILY INJURY Per accident $ AUTOS ONLY AU70S ( ) JHI REDAUTOS NON-OWNED PROPERTY DAMAGE ONLY AUTOS Per accident $ UMBRELLA L1LI8 OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ _ LIED_ RETENTION$ s RKER$ S.T[WN - PER .. OTH- AND EMPLOYERS'LIABILITY YIN X LITEAT T ER ANY PROPRIETORIPARTNERIEXECUTIVE E.L EAGH ACCIDENT B OFFICERlMEMBEREXCLUDEDP N Nb% cwe740921906 04101I2018 04f01l2018 $ 1,000,000 {Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 7,000,000 If yes,describe under - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S _ 1,000,001) OTHER EACH LOSS ti GGREGATE ti DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES( 101,Additional Remarks Schedule,may be War-had If more space Is required)This cancels and replaces certificate issued 311412019. Re:Upper Clear Fork Drainage Basin Interceptor Improvements.City of Fort Worth,TX.The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to he terms and conditions of the endorsements.The Auto,General Liability,and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements.The General Liability,Auto Liability,and Workers Compensation policies includes an endorsement providing[hat 30 days'notice of cancellation will be furnished to the certificate holder,however 10 days if canceled for non-payment. 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,TX ACCORDANCE WITH THE POLICY PROVISIONS. 311 W. 18th Street Fod Worth,TX 76102 AUTHORIZED REPRESENTATIVE 01988-2015 AC RPO I All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. ADDITIONAL INSURE® - OWNERS, LESSEES OR CONTRACTORS - SCHEDULE® PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR WRITTEN CONTRACT. AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE"BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1, The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 0 Insurance Services Office, Inc., 2012 Page I of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III —Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we will pay on behalf of the additional insured is the applicable Limits of Insurance shown in the amount of insurance: Declarations. 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE FPERSON Of Additional Insured Person(s) Orr Or anization(s) Location And Descri tion Of Com feted O erations OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN N A WRITTEN CONTRACT OR CONTRACT. REEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE"OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACTOR WRITTEN AGREEMENT. Information required to complete this Schedule, if no#shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is .,your work" at the locatioo "property damage"caused, i whole or in part, required by a contract or agreement, the most we n designated and described in the Schedule of this endorsement will pay on behalf of the additional insured is the performed for that additional insured and amount of insurance: included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured wiff not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CGD740922005 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following.- COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE [Name Of Person Or Organization: HERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS(EXCEPT HERE NOT PERMITTED BY LAW). ormation re uired to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfers Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Pagel of 7 0 POLICY NUMBER: CAD740922105 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury' or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered"auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the"accident" causing "bodily injury" or"property damage"for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows.- Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 C 2013 X.L.America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: CAD740922105 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2018 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922105 Effective Date: April 1, 2018 Expiration Date: April 1, 2019 Flamed Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands, TX 77380 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of"Leased Autos": All Leased Autos CA 20 01 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Comprehensive $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Collision $ 1,000 Deductible For Each Covered "Leased Auto" Specified Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Causes Of Loss $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any "leased auto" designated or described in unless the "loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a "leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an Common Policy Condition. "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for 2. If you cancel the policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your b. Any of your"employees"or agents; or premiums. c. Any person, except the lessor or any E. Additional Definition "employee"or agent of the lessor, operating As used in this endorsement: a 'leased auto" with the permission of any "Leased auto" means an "auto" leased or rented to of the above. you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any 'leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for"loss" to a 'leased auto". Page 2 of 2 ©Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922105 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2018 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1,2018 Policy No. CWD740921905 Endorsement No. Insured INLAND PIPE REHABILITATIONHOLDING COMPANY, LLC Insurance Company Countersigned by XL Specialty insurance Company WC 00 0313 (Ed. 4-84) ®1983 National council on Compensation Insurance. ENDORSEMENT#018 This endorsement, effective 12:01 a.m., April 1, 2018, forms a part of Policy No. CGD740922005 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF EDINBURY PO BOX 1079 30 ATTN:ARTURO MARTINEZ EDINBURG,TX 78540 CITY OF EL CAJON, ITS ELECTED ATTN: CITY CLERK'S OFFICE 30 AND APPOINTED OFFICIALS, 200 CIVIC CENTER WAY OFFICERS, EMPLOYEES AND EL CAJON, CA 92020 AGENTS CITY OF FERNDALE 300 E. NINE MILE ROAD 30 FERNDALE, MI 48220 CITY OF FORT SMITH 801 CARNALL AVENUE 30 FORT SMITH,AR 72901 CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH,TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUTAIN INN, SC 29644 CITY OF FRESNO 2600 FRESNO STREET 30 4TH FLOOR FRESNO, CA 93721 CITY OF FRIENDSWOOD 1306 DEEPWOOD 30 FRIENDSWOOD,TX 77546 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 G 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: CAD740922105 IXI 405 0910 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF EDINBURY PO BOX 1079 30 ATTN:ARTURO MARTINEZ EDINBURG,TX 78540 CITY OF EL CAJON, ITS ELECTED AND ATTN: CITY CLERK'S OFFICE 30 APPOINTED OFFICIALS, OFFICERS, 200 CIVIC CENTER WAY EMPLOYEES AND AGENTS EL CAJON, CA 92020 CITY OF FERNDALE 300 E. NINE MILE ROAD 30 FERNDALE, MI 48220 CITY OF FORT SMITH 801 CARNALL AVENUE 30 FORT SMITH,AR 72901 CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH, TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUTAIN INN, SC 29644 CITY OF FRESNO 2600 FRESNO STREET 30 4TH FLOOR FRESNO, CA 93721 CITY OF FRIENDSWOOD 1306 DEEPWOOD 30 FRIENDSWOOD,TX 77546 CITY OF FRIENDSWOOD 910 S. FRIENDSWOOD DRIVE 30 FRIENDSWOOD,TX 77546 CITY OF GALVESTON 823 ROSENBERG 30 ROOM 205 GALVESTON, TX 77550 CITY OF GARDEN CITY 6000 MIDDLEBELT ROAD 30 GARDEN CITY, MI 48135 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 Ed. 12110) This endorsement, effective 12:01 a.m., April 1, 2018, forms a part of Policy No. CWD740921905 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH,TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUTAIN INN,SC 29644 CITY OF FRESNO 2600 FRESNO STREET 30 4TH FLOOR FRESNO,CA 93721 CITY OF FRIENDSWOOD 1306 DEEPWOOD 30 FRIENDSWOOD,TX 77546 CITY OF FRIENDSWOOD 910 S. FRIENDSWOOD DRIVE 30 FRIENDSWOOD,TX 77546 CITY OF GALVESTON 823 ROSENBERG 30 ROOM 205 GALVESTON,TX 77550 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2018 Policy No. CWD740921905 Endorsement No. Insured INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Premium Included Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12110 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 006125-1 CERTIFICATE OF INSURANCE Page I 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.] 8 9 10 lI 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH UPPER CLEAR FOPKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 STANDARD GENERAL CONDITIONS OF 'IIIE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction...............................................................................I........................8 2.05 Preconstruction Conference..........................................................................................................8 2,06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ................................:. .................12 ....................................... 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ........................................................................... ..13 .................................. 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.........................:....................................................14 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'WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaty2,2016 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 Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work............................................ ..38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februmy2,2016 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 I i Cost of the Work; Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost ofthe Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price.......................................................... ..................46 ................................ 12.02 Change of Contract Time.......................................................................................................•....47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 - Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16 Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 Article l7—Miscellaneous----_-------------.---.------------------.--.02 /7.01 Giving Notice..............................................................................................................................hZ 17.02 Computation o[Times ................................................................................................................62 l7.03 Cumulative Remedies.................................................................................................................h2 /7.04 Survival nf Obligations-------------------------------------63 17.05 Headings—.--------------------------.---------.--------b3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 72 00-1 GENERAL CONDITIONS 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, 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 OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Felxuary2,20I6 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion., or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney-- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager -- The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time---The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Revision:February2,201 E 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance -- The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous .environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations--Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item— An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform. the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOMMENTS Revision:Febcuary2,2016 00 72 00-1 GENERAL CONDITIONS Page of63 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 Manager--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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL.CONDITIONS Page 6 of 63 63. Submittals---All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder---The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions--That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier=A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours --- Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.E 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: MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-I GENERAL.CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of Iike effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination - will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. I 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 SPECIFICATION DOCUMENTS Revision:Febniwy 2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work,shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to ,starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3---CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPFC[FICATION DOCUMENTS Revision;February2,2016 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract CIaims. 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: l. 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 SPECIFICATION 130MVIENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies.- 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be ,supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDAIW CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL.CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA`ITON DOCUMENTS Revision:FeFnuary2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data' is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb may 2,2016 007200-1 GENERAL.CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2, the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Clain 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 CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individuals 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 SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-I GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall finllish 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 SPECIFICATION DOCUMENTS Revision:Febmiary2,2016 007200-1 GENERAL CONDITIONS Page 17 of63 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 SPECIFICATION DOCUMENTS Revision:Febnuuy2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order, 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febr"my2,2016 007200-I GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notifacation 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 alter 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 SPECIFICATION DOCUMENTS Revision;Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2- Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16, 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GFNERAL CONDITIONS Pagc 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed ,substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense. Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaty2,20I6 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE 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. Material misrepresentation of any nature will 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty far 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 Goad Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntary 2,2016 007200-I GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Felxuary2,2016 007200-I GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARDCONSTRUC`1'ION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3,02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Compptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehramy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6,14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies 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 CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 3I of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Suhmittals 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 SPECIFICATION DOCUMENTS Revision:Febrvary2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent Submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and wilt 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 SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2, recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6,21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY MENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES 13EiNG SOUGHT WERE. CAUSF,D. IN WHOIJ OR IN PART, BY ANY ACT, OMJjSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPEC .ICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERFi CAUSED, IN ,WHOL,F 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-I GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title H, 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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents, 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Deports 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 CONSTRU CTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform.the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is <insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager'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 SPECIFICATION DOCUMENTS Revision:FebnmW2,2016 007200-1 GENERAL CONDITIONS Page 3 S of 63 9.03 Authorized Variations in Work City's Project Manager 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 Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager 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 WOIt FH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Pe6ruary2,2016 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim., with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12,01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY Or,FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 00 72 00-I GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetnnty2,2016 0012 00-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. S. 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 Iiable 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 WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Pebivary2,2016 007200-[ GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. S. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC(JW.NTS Revision:Febrtmry2,2016 00 72 00-1 GENERAL.CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9,05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. Crf Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febraary2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.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 I1.01.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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARDCONS"CRUCTION SPECIHCATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and I1.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (50N) 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 11.0 LA.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 SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, retests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CIT Y OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Eebruary2,2016 00 72 00-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARI)CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page51 of63 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 STANDARDCONSTRUCTIION SPECIFICATION DOCUMENTS Revision:FebnmW2,2016 007200-I GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09, ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH Sl'AMARDCONSTRUCTION SPECIFICATION DOCUMENTS Rcvision;Fcbmary2,20I6 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications.• 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the Iatter 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 SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retannage: 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 14.02.13.4.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 SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time alter 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 SPECIFICATION DOCUMENTS Revision:February2,2016 007200-I GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may mare 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. Afler 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 SPECIFICATIO14 DOCUMENTS Revision:February 2,2016 0072 00-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 1.4.09 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 SPECIFICATION DOCUMENTS Revision:Febnmty2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. 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 WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by Iaw. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisiow Febmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebruM2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such item 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 sumps 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 parry 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 SPECIFICATION DOCUMENTS Revision:Febuary 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified .mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17,03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which arc 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 SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL.CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,20I6 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 1 I of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the I6 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2, "Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 36 OCTOBER 2018 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Parcel No. 4, TE Fort Worth and Western Railroad MARCH 2O19 39 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. 46 47 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMEMIS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated 6 as of OCTOBER 2018 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 8 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 4 Geotechnical Engineering Report No. 103-17-249, dated September, 26, 2017,prepared by CMJ 16 Engineering, Inc. a sub-consultant of Kimley-Horn and.4ssociates, Inc., a consultant of the City,providing 17 additional information on existing soil conditions. 18 19 The following are drawings of physical conditions in or relating to existing surface and subsurface 20 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 21 22 NONE 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 28 NONE 29 30 31 SC-5.03A.,"Certificates of Insurance" 32 33 The entities listed below are"additional insureds as their interest may appear"including their respective 34 officers, directors,agents and employees. 35 36 (1) City 37 (2) Consultant: Kimley-Horn and Associates,Inc. 38 (3) Other: Tarrant Regional Water District 39 40 CITY OF PORT WORTH UPPER CLEAR PORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 SC-5,04A.,"Contractor's Insurance" 2 3 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 4 coverages for not less than the following amounts or greater where required by laws and regulations: 5 6 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 7 8 Statutory limits 9 Employer's liability 10 $100,000 each accidentloccurrence 11 $100,000 Disease-each employee 12 $500 000 Disease-policy limit 13 14 SC-5.04B., "Contractor's Insurance" 15 16 5.04B.Commercial General Liability,under Paragraph GC-5.04B. Contractor's Liability Insurance 17 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 18 minimum limits of: 19 20 $2,000,000 each occurrence 21 $3,000,000 aj lgregate limit 22 23 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 24 General Aggregate Limits apply separately to each job site. 25 26 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 27 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 28 29 SC 5.04C., "Contractor's Insurance" 30 5.04C.Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 31 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 32 33 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 34 defined as autos awned,hired and non-owned. 35 36 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 37 least: 38 39 $250,000 Bodily Injury per person/ 40 $5,00,000 Bodily Injury per accident/ 41 $100,000 Property Damage 42 43 SC-5.04D.,"Contractor's Insurance" 44 45 The Contractor's construction activities will require its employees, agents,subcontractors,equipment,and 46 material deliveries to cross railroad properties and tracks owned and operated by Union Pacific Railroad 47 and Fort Worth &Western Railroad 48 CITY OF FORT WORTH UPPER CLEAR FORKiNTERCEPTOR IA PROVEMEN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised January 22,2016 00 73 00-4 SUPPLEMENTARY CONDITIONS Page of 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 2 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 3 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 4 Entry Agreement"with the particular railroad company or companies involved, and to this end the 5 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 6 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 7 to the Contractor's use of private and/or construction access roads crossing said railroad company's 8 properties. 9 10 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 11 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 12 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 13 occupy, or touch railroad property: 14 15 (1) General Aggregate: $4,000,000 16 17 (2) Each Occurrence: $2,0 00,000 18 19 X Required for this Contract Not required for this Contract 20 21 With respect to the above outlined insurance requirements,the following shall govern: 22 23 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 24 the name of the railroad company. However, if more than one grade separation or at-grade 25 crossing is affected by the Project at entirely separate locations on the line or lines of the same 26 railroad company, separate coverage may be required, each in the amount stated above. 27 28 2. Where more than one railroad company is operating on the same right-of-way or where several 29 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 30 may be required to provide separate insurance policies in the name of each railroad company. 31 32 3. 1f, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 33 railroad company's right-of--way at a location entirely separate from the grade separation or at- 34 grade crossing,insurance coverage for this work must be included in the policy covering the grade 35 separation. 36 37 4. 1f no grade separation is involved but other work is proposed on a railroad company's right-of 38 way, all such other work may be covered in a single policy for that railroad, even though the work 39 may be at two or more separate locations. 40 41 No work or activities on a railroad company's property to be performed by the Contractor shall be 42 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 43 for each railroad company named,as required above. All such insurance must be approved by the City and 44 each affected Railroad Company prior to the Contractor's beginning work. 45 46 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 47 has been completed and the grade crossing,if any,is no longer used by the Contractor, In addition, 48 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 49 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 50 railroad company operating over tracks involved in the Project. 51 52 SC-6.04.,"Project Schedule" 53 54 Project schedule shall be tier 3 for the project. 55 CITY OF FORT WORTH UPPER CLEAR FORIaINT7RCE"PTO,R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02448 Revised January 22,2016 00 73 00-5 SUPPLEMENTARY CONDITIONS Page 5 of 1 SC-6.07.,"Wage Rates" 2 3 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 4 Appendixes: 5 6 2013 Prevailing Wave.Rates 7 8 SC-6.09.,"Permits and Utilities" 9 10 SC-6.09A.,"Contractor obtained permits and licenses" 11 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 12 13 Tarrant Regional Water District Right of Entry Agreernent 14 Union Pacific Contractor's Right of Entry Agreement 15 Fort Worth.&Western Railroad—Right of Entry 16 Fort Worth&Western Railroad Roadway Worker Protection/On-Track Safety Contractor Orientation 17 Program 18 19 SC-6.09B."City obtained permits and licenses" 20 The following are known permits and/or licenses required by the Contract to be acquired by the City: 21 22 Union Pacific Maintenance Consent Letters 23 24 SC-6.09C."Outstanding permits and licenses" 25 26 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of MARCH 27 2018: 28 29 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 30 31 SC-7.02., "Coordination" 32 33 The individuals or entities listed below have contracts with the City for the performance of other work at 34 the Site: 35 Vendor Scope of Work Coordination Authority NONE 36 37 38 SC-8.01, "Communications to Contractor" 39 40 NONE 41 42 SC-9.01.,"City's Project Manager" 43 44 The City's Project Manager for this Contract is LIAM CONLON, or his/her successor pursuant to written 45 notification from the Director of THE WATER DEPARTMENT. 46 47 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cray Project No,02448 Revised January 22,2016 00 73 00-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 SC-13.03C.,"Tests and Inspections" 2 3 NONE 4 5 SC-16.01C.1,"Methods and Procedures" 6 7 NONE 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"warding changed to City's Project Manager. CITY OF FORA'WORTH UPPER CLEAR kORK INMRCEPTOR IMPROYBr EN`PS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2- Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH UPPER CLEAR FORK INTFRCEP(ORIMPROVEMENCS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. 1f the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the I3 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rigbts-of--way or casements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 Iawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATIOI*N DOCUMENTS City Project No.02448 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 2I 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 012500-2 SUBSTITU"I10N PROCEDURES Page 2 of4 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 I 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 UPPER CLEAR FORKINTE=RCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will;require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution.into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.112 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 UPPER CLEAR FORT:INTERCEPTOR IMPROVF'MENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July I,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of4 ] 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 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH UPPER CI,EAl?FORK INTERCEPTOR IMPROYEMENTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Pagel of 3 I SECTION 013119 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. 2I 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 17,2012 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances, casements 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 PIans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warding 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 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M(WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 j. Questions or Comments CITY OF FORT"WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH UPPER CLEAR,F'ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 1 SECTION 013120 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 I6 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 UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised July 1,2011 01 31 20-2 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 c. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENIS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting Iocation. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH UPPER CLH R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 0I3216-1 CONSTRUCTION PROGRESS SC14EDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 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 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 I -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule -Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 32 16-2 CONSTRUCTION PROGRESS SCI-II'DULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week,the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH UPPER CLEAR IORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) if the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the Iatest 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. FIoat 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 TIPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fart 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH UPPER CLEAR FORK 1 7ERCEP`I0R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 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 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 -- PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page I of 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 I --General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORT14 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DINE NAME SUMMARY OF CHANGE GE 4 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 01 33 00-2 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 1.6 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %2 inches x I I inches to 8 '12 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 F. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WOW14-1 UPPER CLEAR FORK INTERCEPTOR IMPROYEMEN"IS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of S 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of. 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings I6 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1, Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) 1f 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 UPPER CLEAR,FORK IN1 ERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) 'NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO[CEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 01 33 00-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT requited 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 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) 'NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor:must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered 'Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH UPPER CLEAR TORKINTERCEPTOR IMPROVEMENI;S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised Decomber 20,2012 013300-7 SU13MITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents t7 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.(RF1) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF PORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 0133 00-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not Iimited to: 7 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days I 1 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25 Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH UPPER CLEAR F'ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Of 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6.00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10.00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) 1f equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 1 I to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 14, Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT wOR`H I UPPER CLEAR FORKJWI RCEPTOR rMPROVEML'NTs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 1 I d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 alI affected residents and businesses. 15 f Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. 45 N. {Coordination with North Central Texas Council of Governments(NCTCOG)Clean 46 Construction Specification [if required for the project—verify with City] CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.02448 Revised December 20,2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1. Comply with equipment, operational, reporting and enforcement requirements set 2 forth in NCTCOG's Clean Construction Specification.) 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSIINFORMATIONAL 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] 9 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 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety, Subtitle A.Public Safety,Chapter 752,High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 15 CITY OF FORT WORTH UPPER CLE,IR FORK£NTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORT DOE NO.7LX= pwolea NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILT..BE INTERRUPTED ON _ BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR._ AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 4 CITY OF FORT WORTH UPPER CLEAR FORK IN7FRCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Pagel of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external 1iTP site approved by 38 the City. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 45 23-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered Ioad 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 CAANGE 30 CITY OF FORT'WORTH UPPER CLEAR FORD INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I I 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 I7 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 I week before water for construction is desired CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary beat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. ,Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY ON FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 0I5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 1 1. Contractor is responsible for maintaining dust control througb 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] I [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12. PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH UPPER CLEAR PORK1N7x'RCF'P7'OR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs t0 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 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH UPPER CLEAR FORK INIERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 55 26-2 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. 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 fNOT USED] 36 END OF SECTION CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVF'MEWS STANDARD CONSTRUCTION SPECIFICATION DOC UMENTS City Project No.02448 Revised July 1,2011 01 55 26-3 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 UPPER CLEAR FO PK INTERCEPTOR IMPROFEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PARTI - GENERAL 4 1.1 SUNLAARY 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 l I Contract 12 2. Division 1 General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance I7 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 UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 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 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 015713-3 STORM WATER POL LUrION PREVENTION Page of 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00, 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] I2 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July I,2011 015813-1 TEMPORARY PROTECT SIGNAGE Page 1 of 3 1 SECTION 015813 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and.Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBNIITTALSANTORMATIONAL 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 USE, 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 I B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts I7 c. Barricade I8 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 WORT14 UI'PI;R CLEAR FORKINnRChP70R IMPROVWENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 60 00-1 PRODUCT REQUIREMENTS Page I oft 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resourecs102 - Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See,Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITE:'OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH UPPER CLK4R FORKINTERCFP`I'0R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENT'S Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None, 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised duly 1,2011 01 66 00-2 PRODUCT STORAGE AND IIANDLING REQUIREMENTS Page 2 of 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 WORTIT UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No.02448 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 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 [ox] 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 TIPPER CLEAR FORK INTERCEPTOR IMPROYEMEN"IS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 66 00-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH UPPER CLEAR I ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July I,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page] of 6 i SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 3I 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 TIPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBIIIZAI'ION Page 2 of 6 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 I 1 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Port Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization [If subsidiary] 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 [OR] 36 1. Mobilization and Demobilization[If bid item included for Mobilization— 37 Consultant to provide a maximum %of adjusted contract amount based on the 38 anticipated mobilization costs to limit the amount bid for this item] 39 a. Measure 40 1) This Item will be measured by the lump sum or each as the work 41 progresses. Mobilization is calculated on the base bid only and will not be 42 paid for separately on any additive alternate items added to the Contract. 43 2) Demobilization shall be considered subsidiary to the various bid items. 44 b. Payment CITY OF FORT WORTH UPPER CLEe1R FORK INTERCEPTOR IMPROVEMENIS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised November 22,2016 01 70 00-3 MOBILIZATION AND 1*;MOBILIZAfION Page 3 of 6 I 1) For this Item, the adjusted Contract amount will be calculated as the total 2 Contract amount less the lump sum for mobilization. Mobilization shall be 3 made in partial payments as follows: 4 a) When 1% of the adjusted Contract amount for construction Items is 5 earned, 50% of the mobilization lump sum bid or[Insert%2 the maximum 6 allowed] %of the total Contract amount, whichever is less, will be paid. 7 b) When 5% of the adjusted Contract amount for construction Items is 8 earned, 75% of the mobilization lump sum bid or[Insert the maximum 9 allowed/% of the total Contract amount,whichever is less, will be paid. 10 Previous payments under the Item will be deducted from this amount. 1 I c) When 10% of the adjusted Contract amount for construction Items is 12 earned, 100% of the mobilization lump sum bid or (Insert the maximum 13 allowed]% of the total Contract amount, whichever is less, will be paid. 14 Previous payments under the Item will be deducted from this amount. 15 d)A bid containing a total for "Mobilization"in excess of[Insert 16 maximum allowed]% of total contract shall be considered unbalanced 17 and a cause for consideration of rejection. 18 e)The Lump Sum bid for"Mobilization—Paving/Drainage" shall NOT 19 include any cost or sum for mobilization items associated with 20 water/sewer items. Those costs shall be included in the various 21 water/sewer bid Items. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 1) The Lump Sum bid for"Mobilization--Paving" shall NOT include 24 any cost or sum for mobilization items associated with drainage items. 25 Those costs shall be included in the"Mobilization—Drainage"Lump 26 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 27 and a cause for consideration of rejection. 28 g) The Lump Sum bid for"Mobilization—Drainage" shall NOT 29 include any cost or sum for mobilization items associated with paving 30 items. Those costs shall be included in the "Mobilization—Paving" 3I Lump Sum bid Item. Otherwise the bid Items shall be considered 32 unbalanced and a cause for consideration of rejection. 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no 35 other compensation will be allowed. 36 [OR] 37 1. Mobilization and Demobilization[If multiple "Mobilization"bid items are used 38 due to differentfunding(ex. Water and Sewer and Paving and/or Drainage)— 39 Provide detail of each bid item -Consultant to provide detail for each bid item 40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 41 possibly separate bid items for Paving and Drainage due to funding).] 42 a. Measure 43 1) This item for Water/Sewer improvements is considered subsidiary to the 44 various Items bid. 45 2) "Mobilization Paving,""Mobilization--Drainage,"and/or"Mobilization 46 —Paving/Drainage"will be measured by the lump sum or each as the work 47 progresses. Mobilization is calculated on the base bid only and will not be 48 paid for separately on any additive alternate items added to the Contract. 49 3) Demobilization shall be considered subsidiary to the various bid items. 50 b. Payment CITY OF PORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 1 1) The work performed and materials furnished in accordance with this Item 2 for Water/Sewer improvements are subsidiary to the various Items bid and 3 no other compensation will be allowed. 4 2) "Mobilization—Paving,""Mobilization Drainage," and/or "Mobilization 5 Paving/Drainage",the adjusted Contract amount will be calculated as the 6 total Contract amount for paving, drainage or paving/drainage 7 improvements less the lump sum for mobilization. Mobilization shall be 8 made in partial payments as follows: 9 a) When 1% of the adjusted Contract amount for construction Items is 10 earned, 50% of the mobilization lump sum bid or[Insert% the maximum 11 allowed] % of the total paving, drainage, or paving/drainage Contract 12 amount, whichever is less, will be paid. I3 b) When 5% of the adjusted Contract amount for construction Items is 14 earned, 75% of the mobilization lump sum bid or [Insert the maximum 15 allowed]% of the total paving, drainage, or paving/drainage Contract 16 amount, whichever is less, will be paid. Previous payments under the Item 17 will be deducted from this amount. 18 c) When 10% of the adjusted Contract amount for construction Items is 19 earned, 100% of the mobilization lump sum bid or[Insert the maximum 20 allowed]% of the total paving, drainage, or paving/drainage Contract 21 amount,whichever is less, will be paid. Previous payments under the Item 22 will be deducted from this amount. 23 d)A bid containing a total for "Mobilization"in excess of[Insert 24 maximum allowed]% of total paving, drainage or paving/drainage 25 contract shall be considered unbalanced and a cause for consideration 26 of rejection. 27 3) The work performed and materials furnished for demobilization in 28 accordance with this Item are subsidiary to the various Items bid and no 29 other compensation will be allowed.. 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 performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement" will be paid for at the unit 37 price per each"Specified Remobilization" in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.1.A.2.a.1) 41 2) Remobilization as described in Section l.I.A.2.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment 46 1) This shall be submitted as a Contract Claim in accordance with Article 10 47 of Section 00 72 00. 48 2) No payments will be made for standby, idle time, or lost profits associated 49 with this Item. CITY OF FORT WORTH UPPED?CLEAR FO RK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised November 22,2016 017000-5 MOBILIZATION AND RE MOBILIZATION Page 5 of 6 1 4. Mobilizations and Demobilizations for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by the Contract Documents 5 b. Payment 6 1) The Work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price per each"Work Order Mobilization"in accordance with Contract 9 Documents. Demobilization shall be considered subsidiary to mobilization 10 and shall not be paid for separately. I I c. The price shall include: 12 1) Mobilization as described in Section I.I.A.3.a.1) 13 2) Demobilization as described in Section 1.1.A.3.a.2) 14 d. No payments will be made for standby, idle time, or lost profits associated this 15 Item. 16 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18 1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20 b. Payment 21 1) The Work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"will be paid for at the unit 23 price per each"Work Order Emergency Mobilization" in accordance with 24 Contract Documents. Demobilization shall be considered subsidiary to 25 mobilization and shall not be paid for separately. 26 c. The price shall include 27 1) Mobilization as described in Section 1.1.AA.a) 28 2) Demobilization as described in Section 1.I.A.3.a.2) 29 d. No payments will be made for standby, idle time, or lost profits associated this 30 Item. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 110 DELIVERY,STORAGE,AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised November 22,2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 5 CITY OF FORT WORTH Ullllh'R C1 F,4R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shaII be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for "Construction Staking"shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WOWITI UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 14,20I8 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for"Construction Staking"shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey-The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and t4 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking—The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking casements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth Construction Staling Standards (available on City's Buzzsaw 27 website)-- 01 71 23.16.01_Attachment A ,Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(fxl) files (available 29 on City's Buzzsaw websitc). 30 3. Texas Department of Transportation(TxDOT)Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS),Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 14,2018 01 7123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 —Attachment A-- Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16,0I —Attachment A 10 --Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1) week prior to scheduling the project final inspection for City I3 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH UPPER CLEAR FO R K INTERCEP TO R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February14,20I8 O17123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design like and grade once at each pipe 13 joint and submit daily records to the City. 14 9) if the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non-gravity facilities)at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH UPPER CLEAR FORT:INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page of 1 b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS fNOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas,utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817 392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapeflle (.shp) CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO DEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 14,2018 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft.tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water,telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas,these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration;report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.l.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 :Revised February 14,2018 01 7123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR I RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or P party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 14,2018 01 71 23-8 CONSTRUCTION!STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY CE CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M. Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2---PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text';revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built Survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OF FORT W'OR'I'H UPPER CLEAR FORKINTERCEPTOR IAIPROVEMBNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised February 14,2018 FORTWORTH. Section 02 71 23. 16.01 - Attachment A Survey Staking Standards February 2017 Documentl Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOT right-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail. (httr):/lonlinemanuals.txdot.govltxdotmanuals/ess/ess.odf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment,Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey Documentl Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL.POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWER GRFN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long Documentl Page 3 of 22 IV. Surrey Equipment, Control,_a_nd_ Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under 'Layers', expand 'Basemap Layers',and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. A minimum of a 10 arc-second instrument is required. IL A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment 1. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. 11. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable)of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. IL Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. —If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base paint=North: 0, East=O C. Geoid model used, Example: GEOID12A Documentl Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane—Texas—North_Central_FIPS_4202_Feet Projection: Lambert_Conformal—Conic False_Easting: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in,deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of water on Main Street—Project Specific Datum.csv Documentl Page 5 of 22 Example Control Stakes w � m � J o z F-- ~ Ld z m > w � 110 EL.= 100.OD' L1. . 1 -- z w - w 0 U m z U7 W U LLI LL. Ld z D o t m � o o w a` � C) P #1 N=5000.00 E=5000.00 Documentl Page 6 of 22 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb fine for 10" and smaller diameter pipes Vl. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be f0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Documentl Page 7 of 22 Example WaterStakes Lu §� °J \ g � �& § I , < / O/ t w/ 7 m ƒ 162 L . \� O »a§ «RS U ,�� 0 < 3 O/ f */ /L ,+&a, e za! L \ w yf . 2 _ E. ,m6'Ld \ � J LLJ ix � � \ \ e \ \z� ƒ2 \ &� 4 a� / /L \ U § \ ny /LL k = k j dk \ ? w} \ (A §a §z Q §@ § � § o 0 °° °° 0 I5 L ° me ry 2 # 40 z �q § _ IT n &§ m a $¢a \ tee» ƒ]/ DoumeRl Page 8J2 Vi. Sanitary Sewer Staking A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking IL Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break Vill. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Documentl Page 9 of 22 Example Sanitary Sewer Stakes r t ~ z C] 7' /s ss :ZM'�11 STk=3.1110 W a a� c-40 C-:Om LL- 9 W C- � � x�aca / aaoa ate-' W LL- 12 0/5 SS STA-3+71� to C-SA C-3� jai Z E E mx 7' 0/3 SS a=I+as a � a� l.G.l CA LL— Q O � hJ � a a a a � o � i3E! �o w LL } 1 u = Wa w� {.a 0 w O+= yi z r yp�F F i5ZWow F� F� F F�lx,� ir w d7' I SS SF 0+04 z a-a €-s F+0 aIL w Qn�.+� [ CL CLW0m w LL "a ama ca 12' o/s 55 srn-a+aa c-� ��, c s a c-ate IOf 2 S1f x rn fat Y �� flW5 2� N � ad @7 Do Sw S7 Documentl Page 10 of 22 V11. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length Ill. Recessed 10' Inlet=20.00' total length IV. Standard double 10' inlet= 26.67'total length V. Recessed double 10' inlet=30.67' total length D. Storm Drain Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor IL Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Documentl Page 11 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING (51DE FACING ) PIG F1,AC-C-ING RF-CI RED IN LIED OF PINK PAINTED LATH m o ' n BACK BACK � (s m FAaNC R.tLw.) 011E FACING R.QW.) IDENTIFIES WHICH rn IDEN IFIES W-11cH POINT# END OF THE 4NN6 POINT it END OF THE WING -I BEING STAPLED BEING STAKED ri i m m i ay � Hue ELEVATION III INLET STATION HUB ELE Anum �. [IF NOTED ON PLANS] i IDENTIFIES GRADE T TO TOP OF CURB T/r. "Il -TI rl } C3 CF IDENTIFIES GRADE ITL TO FLCWUNE DISTANCES FOR INLETS STANDARD 10' a 10' RECESSED 10' a 20r STANDARD DOUBLE 10' a 26.67' NUB 1VIT}i TACK —————— RECESSED DOUBLE 10==30_6Y I I HAL3{ CF INLET bI LIAR SOLE o I I :AA I BACK CF CURB BACK OF CURB- -------- �'-:i41NG" . - t;._ 'WIN;;,.; ------- -- T FLQ?&INE FACE OF INLET FACE OF INLETT -—— FLDWUNE --— ——EAGE CTF FT, EV51ENTT EDGE OF PAVEIADIT• EDGE OF PAVEMENT EDGE OF PAVEMEW Documentl Page 12 of 22 Hill. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VI 1. Stakes at every grade break Vill. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING 1) C FRONT FRONT FR D N T (snE PAGING�}?�w PRES END GENT (SIDE FACING +� iorNmrs PONT GF CURVATURE PG (SIDE FACING q) o # 64 E1C n PO BACK IDENTIFIES OFFSET 13 TO o r CF (SIDE FACING R.O.X) I �WEMAD OF WUF�FrU a ti.. POINT # [a a/c N I [I I + III I A ' _TMES MADE 13 Ill 1 II TA. TG TOF OF CURE; a I I I A HUES ELEVATION GRACE [[ o + RA PgNT5 —15 - . I l NO FLAGGING REQUIRED ItJ LIEU of PINK PAINTED LATH TOP OF CURB � l a- •r �� BACK OF CURB ` x FACE OF CURB FLO1+vL.l NE EDGE OF PAVEMENT Documentl Page 13 of 22 Example Curb & Gutter St akes atIntersection P �-� z DO� z e&k§ >- 0 Q\a v �f ƒ ®°Lij � kk& /[ / &E $ �k )C-cc V) � k @ � \ / ix b EL � • ƒ k b 2 Z ƒ(� � / a| 3DNYL_m. p |\ _,.45 _. k �kUw L— — G�k2 ^sue GUM£ B »I _VICI a »nq Ib y )�r J[ 2 . EJLLL NE § L §;2 M { k ka % F &L {3;W DaumeRl Page 1 a2 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONS U LTANTICO NT RACTO R SURVEY CREW INITIALS ALL GRADES ARE:TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. Documentl Page 15 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stotions Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters Documentl Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. SYl63Y � .-,fir r•rv: _ _ brd�,�n�Lxxrr uw-3yb r N MM35[41dAros-u6Y rfhm PJ h }f.iIxyX L Willp . I d {4 I ......... I.I If t i to -- � I � q 4.. r i• it Al Documentl f Page 17 of 22 AWa0M-L-Qmai"riraa sroL OMLO-J'ri.ez"ru pelf+-Jf'�rA OW4 a" a�l�ILAJ SJDK aAW. STLfiawJ".4CkRFJf Jyf'!swa i mnx4zm +< CO W= M UMANIAM i AWAM i WNW JfIEM' M Yt I hJ�df a� f'&Jf dprAww a67Afla /#_+ h �.S *� lµd .MANg a MF-TAV- -rrFi ` fLM'4f CiDi[Qglf tW>'PAlrk7i7F i'xf' #lr&Vf. Y,al+r-w k fift MMWNTIO A of lrrJffCMWW itiYM YNwf •+Fai r � � � f- L1M �� t JJ7r f - #r+ a;�a971Om�'G? U1/# f #�^ i rrw.lrP.L& AMM OW. L-Ow t,Far i woo f 'Y r fM riumCP — �t� sr r, JL a Slfvw� 5E SJfF_ mar a+re rap+E #A 0%tM-r #G'rTlltr rir�4r?sera• TAUF IF V 0/ACmvm FM kdd04.iic N OtlSL#�4Y OmOm 14 mer.rrrAaf t -- - — ©ocumentl Page 18 of 22 4ZS1Z•,t 'ilU17]JC,Lq,aN N.1dV & --. . , wi cn a0� — ic"1w-f.,—& w JH3w�• - w ■ ■ The qg It Ur jig IPA$ .� v.3xn.ss dca cr9.a suer rracvrr s Nil r left 4 i / ff w.� 7pv y Documentl Page 19 of 22 R f ME --------------___ IM- Ea it- Se zF1-vrf�r�=tic =gs ma's%' mEiOo am e61 dam-cgs. .a,c 5--'T i� ER Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELE:V. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH HIM 2 6946260,893 2296062.141 '/25.66R GV RIM 3 6946307.399 2296038.305 77.6.85 GV RIM C.- 4 6940,70 rAd 2296011.025 723.358 SSMH RIM 5 694619f- -'1 2296015.116 722.123 GV RIM t 6 6946190.SZt: 2296022,721. 722.425 FEi t r r<1 r4 l 7 6946t36.012 2295992.115 719.448 WM HIM 8 6946002.261 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM l � 10 6945984.677 A795880.52 711.662 SSMH RIM 11 6945986.473 22%869,41W 710.0'I6 WM RIM 12 6945895.077 2295R60.967. 707.12 WM RIM 13 6945896.,o i 2295862.188 703.205 WM RIM r C�'T'k( A 14 694593-1 1/n1i 2795841.925 709.467 WM RIM 15 6945936,727 219583U,441 710.084CORIM 16 69458,15.6/8 2195759.707 707.774 SSMH RIM l 1 17 6945817.488 229507.011 708392 SSMH RIM 18 6945759.776 22957,18 ,:l 711.218;SMHRIM 19 6945768.563 2295778,42-1 710.08b 6V RIM 20 6945'743.318 2295788.492 A0.631.GV RIM 71 6945723409 2z95/54.394 712.349 GV RIM n 27, 6945682.21 2295744.22 716.686 WM RIM ' 23 6945621.902 2295669.47I 773.76 WM RIM 24 694564-1.407 2795716.03 7:19.737 Co RIM 25 6945571.0S9 2.235655.195 '/27,514 SSMH RIM C C 26 6945539,498 229560.803 729.123 WM RIM E�' 27 6945519.834 2295639.49 732.689 WM RIM +,. C r_y 28 694541/.879 229558MV 740:521 WM RIM 29 6945456.551 2295643.145 735.451 CU RIM ; I r hs 30 6945387.356 2295597.101 740.756 GV RIKA 31 694537'?5':., 2295606 f�i i 740.976 GV RInA c(2 32 6r34SU.1 ?29561U.S50 740.408 FH 33 6945321.1711 2295551,105 746.34 WM RIM 14 9945319.36 r 2295r39.728 746.777 CO RIM 3S 694574'2.284 2295570.715 749.454 WM RIM 36 69452d 3 624 2295544.626 749.59 SSMH HIM 37 69452(i6.4A3 2295529.305 151,058 WM RIM 38 6945142,015 2295557.666 750.853 WM RIM c. 'A 39 694511s,44s 2295520,335 751,871 WM RIM 40 6945049.02 2295527 4:S 152,251 SSMH HIM st + 41 6945041.024 2295952 n7' 75L.79 WM RIM 41 6545038 10JI 2295552 1 1 751,88 WM RIM 43 6945006.397 2295518:r 1'. 752.615 WrA RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556,479 752.15h WM RIM `\ 46 6944860.416 2295534.397 752.986 SSMH RIM A I Documentl Page 21 of 22 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. a ! i S V ZL zk w e " I Q _ t _ E Docutnentl Page 22 of 22 017423-1 CLEANING Page 1 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 slot 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 017423-2 CLI�ANWG Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS jNOT 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 3.14 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 mariner approved by City and regulatory agencies. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 7423-3 CLEANING Page 3 of4 1 6. Handle materials in a controlled manner with as few ban dlings 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 74 23-4 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. CIean 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 CUANGE 10 CITY OF FORT WORTH UPPF'R CLEAR FORT:INTERCEPTOR IMPROVEMENT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 7719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PARTI - 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 Iimited 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 PORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO VE M—NNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final.Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City, 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTFI UPPER CLEAR I ORK INTERCEPTOR IM 3RO FEA41ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of,Surety to Final Payment 10 e. Pipe Report(if required) 11 £ 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. I7 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 PORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2, Format 33 a. Size: 8 �/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised December 20,2012 OI7823-2 OPERATION AND MAINTENANCE,DXI'A 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) focal 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION D000Ar1ENTS City Project No.02448 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1, Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation., control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 L9 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 01 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 A. 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: I5 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 USE, 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 OP PORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 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 t0R1 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 rob 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 UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 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 7123, 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 c. 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 UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised hilt'1,2011 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [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 UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 329213-1 HYDROMULCHING,SEEDING AND SODDING Page 1 of 8 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING.AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Added 2.2.A.2.b—seed mixture requirements for surface repair on TRWD 10 ro er . 11 C. Related Specification Sections include, but are not necessarily limited to: BERM 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division I - General Requirements 14 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 15 1.2 PRICE .AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Block Sod Placement 18 a. Measurement 19 1) Measurement for this Item shall be by the square yard of Block Sod placed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"will be paid for at the unit 23 price bid per square yard of Block Sod placed. 24 c. The price bid shall include: 25 1) Furnishing and placing all sod 26 2) Rolling and tamping 27 3) Watering(until established) 28 4) Disposal of surplus materials 29 2. Seeding 30 a. Measurement 31 1) Measurement for this Item shall be by the square yard of Seed spread. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per square yard of Seed placed for various installation methods. 36 c. The price bid shall include: 37 1) Furnishing and placing all Seed 38 2) Furnishing and applying water for seed fertilizer 39 3) Slurry and hydraulic mulching 40 4) Fertilizer PAR 41 5) Watering and mowing(until established) 42 6) Disposal of surplus materials 43 3. Mowing CITY OF FORT'WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,20I2 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item shall per each. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 6 price bid per each. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS 11 A. Seed 12 1. Vendors' certification that seeds meet Texas State seed law including: 13 a. Testing and labeling for pure live seed(PLS) 14 b. Name and type of seed 15 2. All seed shall be tested in a laboratory with certified results presented to the City in 16 writing,prior to planting. 17 3. All seed to be of the previous season's crop and the date on the container shall be 18 within 12 months of the seeding date. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Block Sod 24 1. Protect from exposure to wind, sun and freezing. 25 2. Keep stacked sod moist. 26 B. Seed 27 1. If using native grass or wildflower seed, seed must have been harvested within 100 28 miles of the construction site. 29 2. Each species of seed shall be supplied in a separate, labeled container for 30 acceptance by the City. 31 C. Fertilizer 32 1. Provide fertilizer labeled with the analysis. 33 2. Conform to Texas fertilizer law. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS [NOT USED] 37 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 38 2.2 MATERIALS AND EQUIPMENT 39 A. Materials CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROYEMh'N7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 3292 13-3 HYDROMULCHMG,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. ,Sod Varieties (match existing if applicable) 3 1) "Stenotaphrum secundatum" (St. Augustine grass) 4 2) "Cyoodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolous, leaf blades, rhizomes and roots. 9 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 314 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St.Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed(PLS) 25 a) Pure Live Seed(PLS)determined using the formula: 26 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 27 Percent Firm or Hard Seed)+ 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability maybe 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Johnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed (TRWD Property) 40 1) Plant between March 16 and August 31 41 Lbs. Common Name Botanical Name Purity Germinatio PLS/Acre (pereent n (percent) 75 Bermuda (nhulled) cynodon dactylon 85 90 10 Japanese Millet echinochloa 95 90 esculenta 42 43 2) Plant between September 1 and March 15 44 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 32 92 I3-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 Lbs. Common Name Botanical Name PaEiLy Germinatio PLSIAcre ercent n ercent 75 Bermuda (unhulled) cynodon dactylon 85 90 10 Egyptian Wheat triticum aestivum 95 90 L. 1 2 c. Non-native Grass Seed 3 1) Plant between April 15 and September 10 4 Lbs. Common Name Botanical Name Purity Germination PLSIAcre (Percent) (percent) 25 Bermuda(unbulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 5 6 2) Plant between September 10 and April 15 7 Lbs. Common Name Botanical Name Purity Germination PLSIAcre (percent) (percent) 220 Rye Grass lolium mult florum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 8 9 d. Native Grass Seed 10 1) Plant between February 1 and October 1. 11 Lbs. PLSIAcre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Ruchloe daetyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 12 13 e. Wildflower Seed 14 1) Plant between the following: 15 a) March 5 and May 31 16 b) September 1 and December 1 17 Lbs.PLSIAcre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata CITY"OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPRO JILMAM'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 32 92 13-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 2,0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2,0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 1 *not to be planted within ten feet of a road or parking lot or within three feet of a 2 walkway 3 4 f Temporary Erosion Control Seed 5 1) Consist of the sowing of cool season plant seeds. 6 3. Mulch 7 a. For use with conventional mechanical or hydraulic planting of seed. 8 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 9 (waste products from paper mills or recycled newspaper). 10 c. No growth or germination inhibiting factors. 1 I d. No more than ten percent moisture, air dry weight basis. 12 e. Additives: binder in powder form. 13 f. Form a strong moisture retaining mat. 14 4. Fertilizer 15 a. Acceptable condition for distribution 16 b. Applied uniformly over the planted area 17 c. Analysis 18 1) 16-20-0 19 2) 16-8-8 20 d. Fertilizer rate: 21 1) Not required for wildflower seeding 22 2) Newly established seeding areas - 100 pounds of nitrogen per acre 23 3) Established seeding areas - 150 pounds of nitrogen per acre 24 5. Topsoil: See Section 32 91 19. 25 6. Water: clean and free of industrial wastes or other substances harmful to the 26 germination of the seed or to the growth of the vegetation. 27 7. Soil Retention Blanket 28 a. "Curlex 1" from American Excelsior, 900 Ave. H East,Post Office Box 5624, 29 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 30 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXANIINATION [NOT USED] 36 3.3 PREPARATION 37 A. Surface Preparation: clear surface of all material including: 38 1. Stumps, stones, and other objects larger than one inch. 39 2. Roots, brush, wire, stakes, etc. CITY OF PORT WORTH UPPER CLEAR FOR K INTERCEP TO R IMPRO DEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 3. Any objects that may interfere with seeding or maintenance. 2 B. Tilling 3 1. Compacted areas: till 1 inch deep 4 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 5 seed/water run-off 6 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 7 3.4 INSTALLATION 8 A. Block Sodding 9 1. General 10 a. Place sod between curb and walk and on terraces that is the same type grass as 11 adjacent grass or existing lawn. 12 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 13 average first freeze in the fall. 14 2. Installation 15 a. Plant sod specified after the area has been completed to the lines and grades 16 shown on the Drawings with 6 inches of topsoil. 17 b. Use care to retain native soil on the roots of the sod during the process of 18 excavating, hauling and planting. 19 c. Keep sod material moist from the time it is dug until planted. 20 d. Place sod so that the entire area designated for sodding is covered. 21 e. Fill voids left in the solid sodding with additional sod and tamp. 22 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 23 slope. 24 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 25 firm earth in areas that may slide due to the height or slope of the surface or 26 nature of the soil. 27 3. Watering and Finishing 28 a. Furnish water as an ancillary cost to Contractor by means of temporary 29 metering/irrigation,water truck or by any other method necessary to achieve 30 an acceptable stand of turf as defined in 3.13.B. 31 b. Thoroughly water sod immediately after planted. 32 c. Water until established. 33 d. Generally, an amount of water that is equal to the average amount of rainfall 34 plus 1/2 inch per week should be applied until accepted. If applicable, plant 35 large areas by irrigation zones to ensure areas are watered as soon as they are 36 planted. 37 B. Seeding 38 1. General 39 a. Seed only those areas indicated on the Drawings and areas disturbed by 40 construction. 41 b. Mark each area to be seeded in the field prior to seeding for City approval. 42 2. Broadcast Seeding 43 a. Broadcast seed in 2 directions at right angles to each other. 44 b. Harrow or rake lightly to cover seed. 45 c. Never cover seed with more soil than twice its diameter. 46 d. For wildflower plantings: 47 1) Scalp existing grasses to 1 inch CITY OF FORT WORTH UPPER CLEAR FOR.KINMRCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02448 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 2) Remove grass clippings, so seed can make contact with the soil. 2 3. Mechanically Seeding(Drilling): 3 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 4 b. All varieties of seed and fertilizer may be distributed at the same time provided 5 that each component is uniformly applied at the specified rate. 6 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 7 drill. 8 d. Drill on the contour of slopes 9 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 10 of the "Cultipacker"type. 11 f. Roll slope areas on the contour. 12 4. Hydromulching 13 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 14 1) Mixture is uniformly suspended to form a homogenous slurry. 15 2) Mixture forms a blotter-like ground cover impregnated uniformly with 16 grass seed. 17 3) Mixture is applied within 30 minutes after placed in the equipment. I8 b. placing 19 1) Uniformly distribute in the quantity specified over the areas shown on the 20 Drawings or as directed. 21 5. Fertilizing: uniformly apply fertilizer over seeded area. 22 6. Watering 23 a. Furnish water by means of temporary metering/irrigation, water truck or by 24 any other method necessary to achieve an acceptable stand of turf as defined in 25 3.13,13. 26 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 27 c. Water as direct by the City at least twice daily for 14 days after seeding in such 28 a manner as to prevent washing of the slopes or dislodgement of the seed. 29 d. Water until final acceptance. 30 e. Generally, an amount of water that is equal to the average amount of rainfall 31 plus 1/2 inch per week should be applied until accepted. 32 3.5 REPAIR/RESTORATION [NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL [NOT USED] 35 3.8 SYSTEM STARTUP [NOT USED] 36 3.9 ADJUSTING fNOT USED] 37 3.10 CLEANING [NOT USED] 38 3.11 CLOSEOUT ACTIVITIES 39 3.12 PROTECTION [NOT USED] 40 3.13 MAINTENANCE 41 A. Block Sodding 42 1. Water and mow sod until completion and final acceptance of the Project or as 43 directed by the City. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 329213-8 HYDROMUI,CHING,SEEDING AND SODDING Page 8 of 8 1 2. Sod shall not be considered finally accepted until the sod has started to peg down 2 (roots growing into the soil) and is free from dead blocks of sod. 3 B. Seeding 4 1. Water and mow sod until completion and final acceptance of the Project or as 5 directed by the City. 6 2. Maintain the seeded area until each of the following is achieved: 7 a. Vegetation is evenly distributed 8 b. Vegetation is free from bare areas 9 3. Turf will be accepted once fully established. 10 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 11 cycle performed by the Contractor prior to consideration of acceptance by the 12 City. 13 C. Rejection 14 1. City may reject block sod or seeded area on the basis of weed populations. 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH UPPER CIF.RR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I oft I SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 lines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2.A.2—Added Bypass Pumping Point Repair to Bypass Pumping 10 2. 2.2A.1&2--Added differing Bypass Pumping Requirements for Trencbless 11 Rehabilitation Work 12 3. 3.3.D—Added requirement for site meeting one week in advance of bypass 13 pumping startup. 14 4. 1.4.A.5—Continuous monitoring shall only be permitted by personnel on-site 15 for this project. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0--Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division I —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item will be by lump sum. 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item will 26 be paid for at the lump sum price bid for`Bypass Pumping". 27 3. The price bid shall include: 28 a. Mobilization 29 b. Development of bypass plans 30 c. Transportation and storage 31 d. Setup 32 c. Confined space entry 33 f. Plugging 34 g. Pumping 35 h. Clean up 36 i. Manhole restoration 37 j. Surface restoration 38 k. Bypass Pumping Point Repair CITY OF FORT WORTH TIPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.5 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I of 3 1 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. Occupational Safety and Health Organization(OSHA). 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Coordination 9 1. Schedule meeting with City to review sewer shutdown prior to replacing or 10 rehabilitating any facilities. 11 2. City reserves the right to delay schedule due to weather conditions, or other 12 unexpected emergency within the sewer system. 13 3. Review bypass pumping arrangement or layout in the field with City prior to 14 beginning operations. Facilitate preliminary bypass pumping run with City staff 15 present to affirm the operation is satisfactory to the City. 16 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 17 sewer flow with City staff. 18 5. Provide onsite continuous monitoring during all bypass pumping operations using 19 personnel on-site. one of the following m thuds- 20 a. Personnel on sit 21 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 27 provisions and precautions that will be taken with regard to the handling of sewer 28 flows. Submit the plan to the City for approval a minimum of 7 days prior to 29 commencing work. Include the following details: 30 1. Schedule for installation and maintenance of the bypass pumping system 31 2. Staging areas for pumps 32 3. Pump sizes, capacity, number of each size, and power requirements 33 4. Calculations for static lift, friction losses, and velocity 34 5. Pump curves showing operating range and system head curves 35 6. Sewer plugging methods 36 7. Size, length, material,joint type, and method for installation of suction and 37 discharge piping 38 8. Method of noise control for each pump and/or generator, if required 39 9. Standby power generator size and location 40 10. Suction and discharge piping plan CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.5 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page I of I 11. Emergency action plan identifying the measures taken in the event of a pump 2 failure or sewer spill 3 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 4 name and phone numbers (office, mobile) 5 13. A contingency plan to implement in the event the replacement or rehabilitation has 6 unexpected delays or problems 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 14 2.1 OWNER-FURNISHED JORI OWNER-SUPPLIED PRODUCTS [NOT USED] 15 2.2 EQUIPMENT 16 A. Pumping 17 1. For open cut replacement of existing sanitary sewer lines,provide equipment 18 that will convey 100 percent of wet weather peak flow conditions. 19 2. For trenchless rehabilitation of existing sanitary sewer lines, provide 20 equipment that will convey 75 percent of wet weather peak flow conditions, or 21 100 percent of dry weather peak flow conditions (whichever is greater). 22 3. Provide fully automatic self-priming pumps. Foot-valves or vacuum pumps are not 23 permitted for priming the system. 24 4. Pumps must be constructed to allow dry running for periods of time to account for 25 the cyclical nature of sewer flow. 26 5. Provide 1 stand-by pump for each size to be maintained on site. Place backup 27 pumps on line, isolated from the primary system by valve. 28 6. If multiple pumps are required to meet the flow requirements, provide the necessary 29 fittings and connections to incorporate multiple discharges. 30 7. Noise levels of the pumping system must follow the requirements of the City noise 31 ordinance for gas wells. 32 B. Piping 33 1. Install pipes with joints which prevent the incident of flow spillage. 34 C. Plugs or Stop Logs 35 1. Plugs 36 a. Select a plug that is made for the size and potential pressure,head that will be 37 experienced. CITY OF PORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.5 3303I0-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 1 b. Provide an additional anchor, support or bracing to secure plug when back 2 pressure is present. 3 c. Use accurately calibrated air pressure gauges for monitoring the inflation 4 pressure. 5 d. Place inflation gauge at location outside of confined space area. Keep the 6 inflation gauge and valve a safe distance from the plugs. 7 e. Never over inflate the plug beyond its pressure rating. 8 2. Stop Logs 9 a. Use stop log devices designed for the manhole or sewer vault structure in use. 10 b. If applicable, obtain stop logs from City that may be used on specific structures. 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 EXANIINATION [NOT USED] 16 3.3 PREPARATION 17 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 18 obtain approval of those locations from the City. 19 B. Make preparations to comply with OSHA requirements when working in the presence 20 of sewer gases, oxygen-deficient atmospheres and confined spaces. 21 C. Do not begin bypass preparation and operation until City approval of the submittals 22 requested per this Specification. 23 D. Contractor shall be required to schedule and attend an on-site meeting with City 24 field operations staff, City Inspector, and Engineer one weep prior to beginning.of 25 each proposed bypass pumping start in 26 3.4 INSTALLATION 27 A. Install and operate pumping and piping equipment in accordance to the submittals 28 provided per this Specification. 29 B. Sewer flow stoppage 30 1. Plugging 31 a. Use confined space procedures and equipment during installation when 32 necessary. 33 b. Thoroughly clean the pipe before insertion of the plug. 34 c. Insert the plug seal surface completely so it is fully supported by the pipe. 35 d. Position the plug where there are not sharp edges or protrusions that may 36 damage the plug. 37 e. Use pressure gauges for measuring inflation pressures. 38 f. Minimize upstream pressure head before deflating and removing. 39 C. Sewer flow control and monitoring CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,20I2 Addendum No.5 330310-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of5 1 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 2 or damage to public or private property. The Contractor is responsible for any 3 damage resulting from bypass pumping operations. 4 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 5 blocked. Be prepared to immediately start bypass pumping if needed due to 6 surcharge conditions. 7 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 8 container only. Do not discharge sewer into an open environment such as an open 9 channel or earthen holding facility. 10 4. Do not construct bypass facilities where vehicular tTaffc may travel over the 1 I piping. 12 a. Provide details in the suction and discharge piping plan that accommodate both 13 the bypass facilities and traffic without disrupting either service. 14 3.5 REPAIR/RESTORATION[NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL 17 A. Field [oR] Site Tests and Inspections 18 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 19 before actual operation begins. Have City staff on site during tests. 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES 24 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 25 the sewer flow to slowly return to normal—preventing surge, surcharging and major 26 downstream disturbance. 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.6—Clarified submittals required for 18"and larger lines 31 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTO R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.5 33 31 12-1 CURED IN PLACE PIPE(CIPP) Page 1 of 7 1 SECTION 33 3112 2 CURED IN PLACE PIPE (CIPP) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cured in Place Pipe(CIPP)6-inch through 60-inch for gravity sanitary sewer 7 rehabilitation 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 2.2.C.1—clarification that vartial!y deteriorated pipe design shall not be 10 permitted. 11 2. 2.2.C.I.e 1) d)—design shall assume a groundwater depth of 5.0 feet_above_the 12 pipe. 13 3. 2.2.C.LE 2) &3)--clarified intent of minimum liner thickness. 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 3. Section 33 01 30—Sewer and Manhole Testing 18 4. Section 33 0131 —Closed Circuit Television (CCTV) Inspection 19 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 20 6. Section 33 04 50—Cleaning of Sewer Mains 21 7. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Cured in Place Pipe(CIPP) 25 a. Measurement 26 1) Measured horizontally along the surface from center line to center line of 27 the manhole or appurtenance 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price bid per linear foot for"CIPP" installed for: 32 a) Various sizes 33 c. The price bid shall include: 34 1) Mobilization 35 2) Furnishing and installing CIPP as specified by the Drawings 36 3) Hauling 37 4) Disposal of excess material 38 5) Cleanup 39 6) Cleaning CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.4 33 31 12-2 CURED W PLACE PIPE(CIPP) Page 2 of 7 1 7) Testing 2 2. Service Reconnection, CIPP 3 a. Measurement 4 1) Measurement for this Item shall be per each service reconnected. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per each "Service Reconnection, CIPP". 9 c. The price bid shall include: 10 1) Mobilization 11 2) Furnishing and installing CIPP as specified by the Drawings 12 3) Hauling 13 4) Disposal of excess material 14 5) Clean-up 15 6) Cleaning 16 7) Testing 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American Association of State Highway and Transportation Officials (AASHTO). 23 3. ASTM International (ASTM): 24 a. D5813, Standard Specification for Cured-In-Place Thermosetting Resin Sewer 25 Piping Systems. 26 b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 27 by the Inversion and Curing of a Resin-Impregnated Tube. 28 c. F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 29 by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe 30 (CIPP). 31 4. International Organization for Standardization(ISO): 32 a. 9000, Quality Management System- Fundamentals and Vocabulary. 33 5. Occupational Safety and Health Administration(OSHA). 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Flexible Liner(tube) 41 a. Tabular summary by sewer segment noting required CIPP thickness per section 42 2. Resin CITY OF FORT WORTH UPPER CGEARFORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.4 333112-3 CURED IN PLACE PIPE(CIPP) Page 3 of 7 I a. Technical data sheet showing physical and chemical properties 2 b. Test results of chemical resisting testing performed by resin manufacturer 3 B. Shop Drawings 4 1. Provide calculations to support CIPP design thickness after curing. List the 5 following criteria used for the calculations: 6 a. Assumed host pipe condition 7 b. Ground water table elevation 8 c. Depth of cover at deepest location 9 d. Modulus of soil stiffness 10 e. Long term modulus of elasticity I I f Live loading 12 g. Factor of safety against buckling 13 h. Assumed pipe ovality 14 C. Certificates 15 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and 16 meets the requirements of above referenced ASTM standards. 17 D. Source Quality Control Submittals 18 1. Manufacturer to provide third party test results supporting the long term 19 performance and structural strength of the pipe being manufactured 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Manufacturing and Installation 25 a. Finished pipe shall be the product of 1 manufacturer. 26 b. Liner manufacturing operations shall be performed at I location. 27 c. The pipe manufacturer shall: 28 1) Have performed a minimum of 50,000 feet of successful installation in the 29 United States 30 2. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- 31 inch through 60-inch). 32 B. Certifications 33 1. Manufacturing and Installation 34 a. Operate pipe manufacturing and installation under a quality management 35 system certified by third party ISO 9000. Provide proof of certification upon 36 request. 37 b. If Installer is different company than Manufacturer,then installer must provide 38 certification from the manufacturer that he/she is licensed and fully trained as 39 an installer of the product upon request. 40 1.10 DELIVERY,STORAGE,AND HANDLING 41 A. Storage and Handling Requirements 42 1. Follow manufacturer's recommendation on all storage and handling requirements. CITY OF FORT WORTH UPPER CLEAR FORK INYERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.4 33 31 12-4 CURED IN PLACE PIPE(CIPP) Page 4 of 7 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 6 A. General 7 1. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- 8 inch through 60-inch). 9 B. Manufacturer and Installers 10 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will 11 be considered as shown in Section 01 60 00. 12 a. The Manufacturer/Installer must comply with this Specification and related 13 Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 C. Performance/Design Criteria I7 1. Liner(tube) 18 a. Design liner for a 50-year service life under continuous loading conditions. 19 b. Consider no bonding to the original pipe wall. 20 c. Base design on a fully deteriorated host pipe condition as defined in 21 ASTM F1216. 22 d. LINER SHALL NOT BE PERMITTED TO BE DESIGNED FOR 23 PARTIALLY DETERIORATED PIPE CONDITION. 24 e. Calculate wall thickness per ASTM F1216 Appendix XI. 25 1) Assume the following values for the design: 26 a) Safety factor(N)=2.0 27 b) Ovality(C)= 5 percent 28 c) Enhancement Factor(K)= 7.0 29 d) Groundwater Depth (H.,�l =5.0 feet above top of pip 30 e) Soil Depth(H)=per Drawings, feet 31 f) Soil Modulus (E')= 1,000, psi 32 g) Soil Density(w)= 130 pounds per cubic foot 33 h) Live Load=ASSHTO HS 20 34 2) The minimum allowable wall thickness for fiberglass liner is 2.8 35 millimeters, or that which is required to meet ASTM F1216 Appendix X1 36 design formula,whichever is ram. 37 3) The minimum allowable wall thickness for felt liner is 6.0 millimeters, or 38 that which is required to meet ASTM F1216 Appendix X1 design 39 formula,whichever is greater, 40 4) Fiberglass or felt products below the stated minimum wall thickness will 41 not be allowed under any circumstances. 42 D. Materials CITY OF FORT WORTH UPPER CLEAR PORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02448 Revised December 20,2012 Addendum No.4 33 31 I2-5 CURED IN PLACE PIPE(CIPP) Page 5 of 7 1 1. Liner(tube) 2 a. The liner consists of absorbent non-woven felt or seamless spirally wound glass 3 fiber. 4 b. Construct liner to withstand installation pressures, have sufficient strength to 5 bridge missing pipe and stretch to fit irregular pipe sections. 6 c. The wet out liner shall have a relatively uniform thickness that when 7 compressed at installation pressures will equal or exceed the calculated 8 minimum design CIPP wall thickness. 9 d. Manufacture liner to a size that when installed will tightly fit the internal 10 circumference and length of the original pipe. Make allowance for 11 circumferential stretching during construction. 12 e. Manufacture to length necessary to fully span the distance between manholes. 13 Include sufficient amount of material for sealing at manholes and product 14 sample, if required. 15 f. The wall color of the interior pipe surface of CIPP after installation shall be a 16 light reflective color so that a clear, detailed examination with CCTV 17 inspection per Section 33 01 31 can be made. I8 2. Resin 19 a. The resin system will be manufactured by an approved company selected by the 20 CIPP liner manufacturer. Provide documentation of approval, if requested. 21 b. The resin system shall be corrosion resistant polyester or vinyl ester system 22 including all required catalysts and initiators that create a composite that 23 satisfies the requirements of ASTM F1216,ASTM D5813 and ASTM F1743. 24 c. The resin used shall produce a proper CIPP system, which will be resistant to 25 abrasion caused by solid, grit or sand. 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 A. Inspection 33 1. Prior to installation, conduct an inspection of the existing pipe identified for 34 rehabilitation along with the surrounding job site conditions. 35 2. Complete a Pre-CCTV inspection per Section 33 01 31. 36 3. Observe flows at different times of the date to determine or verify flow conditions 37 in preparation for bypass pumping. 38 4. Verify accessibility conditions and coordinate with city regarding easement access 39 and limitations. 40 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be 41 rehabilitated without compromising the CIPP system. CITY OF FORT WORTH UPPER CLEAR FO R K INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum No.4 3331 12-6 CURED IN PLACE PIPE(CIPP) Page 6 of 7 1 B. Host Pipe Preparation 2 1. Clean the pipe per Section 33 04 50, 3 2. Inspect pipe as required by this Specification. 4 3. Prepare for bypass pumping per Section 33 03 10. 5 C. Liner(tube) Preparation 6 1. Resin Impregnation 7 a. Impregnate the liner in a saturation facility where the environment can be 8 consistently controlled. 9 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with 10 additional allowances for polymerization shrinkage and the potential loss of l I resin during installation through cracks and irregularities in the original pipe 12 wall. 13 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper 14 thickness. 15 2. If transported to the site, refrigerate as necessary to maintain stable environment for 16 the impregnated liner. 17 3.4 INSTALLATION 18 A. Safety 19 1. Carry out operation in accordance with all OSHA and manufacturer's safety 20 requirements including, but not limited to, safety requirements involving confined 21 space entry. 22 B. Liner installation 23 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull 24 in place method. 25 2. Follow ASTM F 1216 Specification for direct inversion installation. 26 3. Follow ASTM F1743 Specification for pulled in place installation. 27 4. The finished CIPP should be continuous over the entire length of the run and be 28 smooth and free from substantial wrinkles, as well as defects and improper service 29 connections. 30 C. Curing 31 1. Curing of the CIPP may be done by water, steam or Ultra Violet(UV) light source, 32 depending on the liner type and resin. Each method must follow the 33 recommendation of the manufacturer. 34 2. Place a sufficient amount of temperature and/or monitoring gauges within the 35 system to insure curing throughout the liner is consistent and uniform. A minimum 36 of 2 gauges is required, 1 at each end of the liner. 37 3. Upon completion of the curing process provide the City with the monitoring data. 38 D. Reinstatement of lateral connections 39 1. After the liner pipe is cured in place have the lateral connections reinstated within 40 18 hours. CITY OF FORT WORTH UPPER CLE-4R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONS"IRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised December 20,2012 Addendum No.4 333112-7 CURED IN PLACE PIPE(CIPP) Page 7 of 7 1 2. Reinstate the service by cutting the liner from the inside of the pipe. For small 2 diameter pipe a remote operated cutting device may be used. For Iarger pipe the 3 liner may be cut by hand. 4 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches 5 the existing tap invert, there are no jagged edges and a minimum of 95 percent of 6 the tap opening is restored. 7 4. BIind holes, over cutting and holes that miss the tap must be repaired to the 8 satisfaction of the City. 9 5. If additional work is required to restore the lateral connection outside of the pipe 10 follow the requirements of Section 33 31 50. 11 3.5 REPAIR/RESTORATION[NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [ox] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Closed Circuit Television (CCTV)Inspection 16 a. Perform a Pre-CCTV and a Past-CCTV Inspection in accordance with Section 17 33 0131. I8 2. The inspection must be completed and the quality of installation must be acceptable 19 to the City prior to restoring services. 20 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or 21 replacement for review and approval by the City. 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 31 CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 Addendum Nu.4 333910-1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 47 I SECTION 33 39 10 2 CAST-IN-PLACE CONCRETE MANHOLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast-in-Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.2.A.4—Added Epoxy Line and Remove and Replace Junction Structure To 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 I — General Requirements 13 3. Section 03 30 00 Cast-In-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete Structures 15 5. Section 33 0130—Sewer and Manhole Testing I6 6. Section 33 05 13 —Frame, Cover, and Grade Rings 17 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each"Manhole" installed for: 26 a) Various sizes 27 b) Various types 28 c. The price bid will include: 29 1) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Concrete 33 5) BackfiIl 34 6) Foundation 35 7) Drop pipe 36 8) Stubs 37 9) Frame 38 10) Cover 39 11) Grade rings 40 12) Pipe connections 41 13) Pavement removal CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 33 39 10-2 CAST-IN-PLACE CONCRETF.MANI-IOL1 Page 2 of 7 1 14)Hauling 2 15) Disposal of excess material 3 16) Placement and compaction of backfill 4 17) Clean-up 5 2. Extra Depth Manhole 6 a. Measurement 7 1) Measurement for added depth beyond 6 feet will be per vertical foot, 8 measured to the nearest 1/10 foot. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item and measured as provided under"Measurement"will be paid for at the 12 unit price laid per vertical foot for"Extra Depth Manhole"specified for: 13 a) Various sizes 14 c. The price bid will include: 15 1) Manhole structure complete in place 16 2) Excavation 17 3) Forms 18 4) Reinforcing steel (if required) 19 5) Concrete 20 6) Backf"ill 21 7) Foundation 22 8) Drop pipe 23 9) Stubs 24 10) Frame 25 11) Cover 26 12) Grade rings 27 13) Pipe connections 28 14) Pavement removal 29 15) Hauling 30 16) Disposal of excess material 31 17) Placement and compaction of backfill 32 18) Clean-up 33 3. Sanitary Sewer Junction ,Structure 34 a. Measurement 35 1) Measurement for this Item will be per each Sewer Junction Structure being 36 installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the 40 lump sum bid per each"Sewer Junction Structure"location. 41 c. Price bid will include: 42 1) Junction Structure complete in place 43 2) Excavation 44 3) Forms 45 4) Reinforcing steel (if required) 46 5) Concrete 47 6) Backfill 48 7) Foundation 49 8) Drop pipe CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMJ1,NTS City Project No.02448 Revised December 20,2012 33 39 10-3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 1 9) Stubs 2 10) Frame 3 11) Cover 4 12) Grade rings 5 13) Pipe connections 6 14) Pavement removal 7 15) Hauling 8 16) Disposal of excess material 9 17) Placement and compaction of backfill 10 18) Clean-up 11 4. Epoxy Line and Remove and Replace Junction Structure Top 12 a. Measurement 13 1) Measurement for this Item will be per each Expoxy Line and Remove 14 and Replace Junction Structure Top being installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"Measurement" shall be paid 18 for at the lump sum bid per each"Sewer Junction Structure" location. 19 c. Price bid will include; 20 1) Junction Structure Top Removal and Replace_ment complete in place 21 2) Epoxy Lining of Existing Junction Structure in accordance with 22 Section 33 39 60 23 3) Excavation 24 4) Forms 25 5) Reinforcing steel (if required) 26 6) Concrete 27 7) Backfill 28 8) Foundation 29 9) Drop pipe 30 10) Stubs 31 11) Frame 32 12) Cover 33 13) Grade rind 34 14) Pipe connections 35 15) Pavement removal 36 16) Hauling 37 17) Disposal of excess material 38 18) Placement and compaction of backfill 39 19) Clean-up 40 1.3 REFERENCES 41 A. Definitions 42 1. Manhole Type 43 a. Standard Manhole(See City Standard Details) 44 1) Greater than 4 feet deep up to 6 feet deep 45 b. Standard Drop Manhole (See City Standard Details) 46 1) Same as Standard Manhole with external drop connection (s) 47 c. Type"A" Manhole(See City Standard Details) CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 333910-4 CAST-III-PLACE CONCRETE MANHOLE Page 4 of 7 1 1) Manhole set on a reinforced concrete block placed around 39-inch and 2 larger sewer pipe 3 d. Shallow Manhole(See City Standard Details) 4 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 5 than 39-inch 6 2. Manhole Size 7 a. 4 foot diameter 8 1) Used with pipe ranging from 8-inch to 15-inch 9 b. 5 foot diameter 10 1) Used with pipe ranging from 18-inch to 36-inch 11 c. See specific manhole design on Drawings for pipes larger than 36-inch. 12 B. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification,unless a date is specifically cited. 16 2. ASTM International(ASTM): 17 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 18 b. D4259, Standard Practice for Abrading Concrete. 19 1.4 ADMINISTRATIVE REQUIREMENTS fNOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Drop connection materials 26 2. Pipe connections at manhole walls 27 3. Stubs and stub plugs 28 4. Admixtures 29 5. Concrete Mix Design CITY OF FORT WORTH UPPER CLEAR I'ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 33 39 10-5 CAST-IN-PLACE.CONCRETE MANHOLE Page 5 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 B. Materials 17 1. Concrete—Conform to Section 03 30 00. 18 2. Reinforcing Steel Conform to Section 03 21 00. 19 3. Frame and Cover—Conform to Section 33 05 13. 20 4, Grade Ring—Conform to Section 33 05 13. 21 5. Pipe Connections 22 a. Pipe connections can be premolded pipe adapter, flexible locked-in boot 23 adapter, or integrally cast gasket channel and gasket. 24 6. Interior Coating or Liner--Conform to ,Section 33 39 60, if required. 25 7. Exterior Coating 26 a. Use Coal Tar Bitumastic for below grade damp proofing. 27 b. Dry film thickness shall be no less thanl2 mils and no greater than 30 mils. 28 c. Solids content is 68 percent by volume f 2 percent. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL ]NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION 34 A. Evaluation and Assessment CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 33 39 10-6 CAST-IN-PLACE CONCRETE MANHOLE Page 6 of 7 1 1. Verify lines and grades are in accordance to the Drawings. 2 3.3 PREPARATION 3 A. Foundation Preparation 4 1. Excavate 8 inches below manhole foundation. 5 2. Replace excavated soil with course aggregate, creating a stable base for the 6 manhole construction. 7 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 8 mud slab may be substituted. 9 3.4 INSTALLATION 10 A. Manhole 11 1. Construct manhole to dimensions shown on Drawings. 12 2. Cast manhole foundation and wall monolithically. 13 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 14 feet. 15 b. No other joints are allowed unless shown on Drawings. 16 3. Place, finish and cure concrete according to Section 03 30 00. 17 a. Manholes must cure 3 days before backfilling around structure. 18 B. Pipe connection at Manhole 19 1. Do not construct joints of sewer pipe within wall sections of manhole. 20 C. Invert 21 1. Construct invert channels to provide a smooth waterway with no disruption of flow 22 at pipe-manhole connections. 23 2. For direction changes of mains, construct channels tangent to mains with maximum 24 possible radius of curvature. 25 a. Provide curves for side inlets. 26 3. Sewer pipe may be laid through the manhole and the top I/z of the pipe removed to 27 facilitate manhole construction. 28 4. For all standard manholes provide full depth invert. 29 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 30 inches in depth. 31 D. Drop Manhole Connection 32 1. Install drop connection when sewer line enters manhole higher than 24 inches 33 above the invert. 34 E. Final Rim Elevation 35 1. Install concrete grade rings for height adjustment. 36 a. Construct grade ring on load bearing shoulder of manhole. 37 b. Use sealant between rings as shown on Drawings. 38 2. Set frame on top of manhole or grade rings using continuous water sealant. 39 3. Remove debris, stones and dirt to ensure a watertight seal. 40 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 41 final surface elevation of the manhole frame. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVLMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 3339f0-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 1 F. Internal coating 2 1. Internal coating application will conform to Section 33 39 60, if required by 3 Drawings. 4 G. External coating 5 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 6 the coating. 7 2. Cure for 3 days before backfilling around structure. 8 3. Coat the same date the forms are removed. 9 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 10 5. Application will follow manufacturer's recommendation. I 1 H. Modifications and Pipe Penetrations 12 1. Conform to Section 03 80 00. 13 I. Junction Structures 14 1. All structures shall be installed as specified in Drawings. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. Perform vacuum test in accordance with Section 33 0130. 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 12/20/2012 D.Johnson 1.2.A.1.c.—reinforcing steel removed from items to be included in price bid 29 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 33 3920-1 PRECAST CONCRETE MANHOLE Page I of 7 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2.A.3---Added Modified Type A Manhole P#y Item 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 3. Section 03 30 00 Cast-in-Place Concrete 15 4. Section 03 80 00—Modifications to Existing Concrete Structures 16 5. Section 33 01 30—Sewer and Manhole Testing 17 6. Section 33 05 13 Frame, Cover, and Grade Rings 18 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete manhole installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each"Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel(if required) 34 5) Concrete 35 6) Backfill 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 41 12) Grade rings CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 7 1 13) Pipe connections 2 14) Pavement removal 3 15) Hauling 4 16) Disposal of excess material 5 17) Placement and compaction of backfilI 6 18) Clean-up 7 2. Extra Depth Manhole 8 a. Measurement 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, 10 measured to the nearest 1/10 foot. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid per vertical foot for"Extra Depth Manhole"specified for: 15 a) Various sizes 16 c. The price bid will include: 17 1) Manhole structure complete in place 18 2) Excavation 19 3) Forms 20 4) Reinforcing steel(if required) 21 5) Concrete 22 6) Backfill 23 7) Foundation 24 8) Drop pipe 25 9) Stubs 26 10) Frame 27 11) Cover 28 12) Grade rings 29 13) Pipe connections 30 14) Pavement removal 31 15) Hauling 32 16) Disposal of excess material 33 17) Placement and compaction of backtll 34 18) Clean-up 35 3. Modified Type A Manhole, 36 a. Measurement 37 1) Measurement for this Item shall be per each Modified Tyne A concrete 38 manhole installed, and shall include extra depth beyond 6'. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with 41 this Item shall be paid for at the unit price bid per each"Manhole" 42 installed for: 43 a) Modified Type A Manhole 44 c. The price bid will include: 45 1) Manhole structure complete in place 46 2) Extra depth beyond 6' 47 3) Excavation 48 4) Forms 49 5) Reinforcing steel(if required) CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 33 39 20-3 PRECAST CONCRETE MANHOLE Page3 of7 1 6) Concrete 2 7) Backfill 3 8) Foundation 4 9) Drop pipe 5 10) Stubs 6 11) Frame 7 12) Cover 8 13) Grade rims 9 1.3 REFERENCES 10 A. Definitions 11 1. Manhole Type 12 a. Standard Manhole(,See City Standard Details) 13 1) Greater than 4 feet deep up to 6 feet deep 14 b. Standard Drop Manhole(See City Standard Details) 15 1) Same as Standard Manhole with external drop connection(s) 16 c. Type"A"Manhole (See City Standard Details) 17 1) Manhole set on a reinforced concrete block placed around 39-inch and 18 larger sewer pipe. 19 d. Shallow Manhole(See City Standard Details) 20 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 21 than 39-inch 22 2. Manhole Size 23 a. 4 foot diameter 24 1) Used with pipe ranging from 8-inch to 15-inch 25 b. 5 foot diameter 26 1) Used with pipe ranging from 18-inch to 36-inch 27 2) See specific manhole design on Drawings for pipes larger than 36-inch. 28 B. 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. ASTM International(ASTM): 33 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 34 Rubber Gaskets 35 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 36 Sections. 37 c. C923, Standard Specification for Resilient Connectors Between Reinforced 38 Concrete Manholes ,Structures,Pipes, and Laterals. 39 d. D1187, Standard Specification for Asphalt-Base Emulsion for Use as Protective 40 Coatings for Metal 41 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 42 Coating for Roofing 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH UPPER CLEAR I"ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December20,2012 33 39 20-4 PRECAST CONCRETE MANHOLE Page 4 of 7 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Precast Concrete Manhole 5 2. Drop connection materials 6 3. Pipe connections at manhole walls 7 4. Stubs and stub plugs 8 5. Admixtures 9 6. Concrete Mix Design 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] M 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY 16 A. Manufacturer Warranty 17 1. Manufacturer's Warranty shall be in accordance with Division 1. 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 21 A. Manufacturers 22 1. Only the manufacturers as listed an the City's Standard Products List will be 23 considered as shown in Section 01 60 00. 24 a. The manufacturer must comply with this Specification and related Sections. 25 2. Any product that is not listed on the Standard Products List is considered a 26 substitution and shall be submitted in accordance with Section 0125 00. 27 B. Materials 28 1. Precast Reinforced Concrete Sections—Conform to ASTM C478. 29 2. Precast Joints 30 a. Provide gasketed joints in accordance with ASTM C443. 31 b. Minimize number of segments. 32 c. Use Jong joints at the bottom and shorter joints toward the top. 33 d. Include manufacturer's stamp on each section. 34 3. Lifting Devices 35 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 36 1) If lift hugs are provided, place 180 degrees apart. CITY OF PORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 1 2) If lift holes are provided, place 180 degrees apart and grout during manhole 2 installation. 3 4. frame and Cover—Conform to Section 33 05 13. 4 5. Grade Ring Conform to Section 33 05 13 and ASTM C478. 5 6. Pipe Connections 6 a. Utilize either an integrally cast embedded pipe connector or a boot-type 7 connector installed in a circular block out opening conforming to ASTM C923. 8 7. Steps 9 a. No steps are allowed. 10 8. Interior Coating or Liner—Conform to Section 33 39 60, 11 9. Exterior Coating 12 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM DI 187 13 Type I and ASTM D1227 Type III Class 1. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A. Evaluation and Assessment 20 1. Verify lines and grades are in accordance to the Drawings. 21 3.3 PREPARATION 22 A. Foundation Preparation 23 1. Excavate 8 inches below manhole foundation. 24 2. Replace excavated soil with course aggregate; creating a stable base for manhole 25 construction. 26 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 27 mud slab may be substituted. 28 3.4 INSTALLATION 29 A. Manhole 30 L Construct manhole to dimensions shown on Drawings. 31 2. Precast Sections 32 a. Provide bell-and-spigot design incorporating a premolded joint scaling 33 compound for wastewater use. 34 b. Clean bell spigot and gaskets, lubricate and join. 35 c. Minimize number of segments. 36 d. Use long joints used at the bottom and shorter joints toward the top. 37 B. Invert 38 1. Construct invert channels to provide a smooth waterway with no disruption of flow 39 at pipe-manhole connections. CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 1 2. For direction changes of mains, construct channels tangent to mains with maximum 2 possible radius of curvature. 3 a. Provide curves for side inlets. 4 3. For all standard manholes provide full depth invert. 5 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 6 inches in depth. 7 C. Drop Manhole Connection 8 1. Install drop connection when sewer line enters manhole higher than 24 inches 9 above the invert. 10 D. Final Rim Elevation 11 1. Install concrete grade rings for height adjustment. 12 a. Construct grade ring on load bearing shoulder of manhole. 13 b. Use sealant between rings as shown on Drawings. 14 2. Set frame on top of manhole or grade rings using continuous water sealant. 15 3. Remove debris, stones and dirt to ensure a watertight seal. 16 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 17 final surface elevation of the manhole frame. 18 E. Internal coating 19 1. Internal coating application will conform to Section 33 39 60, if required by 20 Drawings. 21 F. External coating 22 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 23 the coating. 24 2. Cure manhole for 3 days before backfilling around the structure. 25 3. Application will follow manufacturer's recommendation. 26 G. Modifications and Pipe Penetrations 27 1. Conform to Section 03 80 00. 28 3.5 REPAIR 1 RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD QUALITY CONTROL 31 A. Field Tests and Inspections 32 1. Perform vacuum test in accordance with Section 33 0130. CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 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] S END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.I —Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D.Johnson 1.3.B.2--Modified to include ASTM C443,D1187 and D1227 as references 2.2.B.1-3—Modified in accordance with new ASTM references 2.2.B.10—Modified in accordance with new ASTM references 9 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised December 20,2012 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and.Utilities GR-01 60 00 Product Requirements SWFP 1150-2-1 Criteria for Design and Construction within the Limits of Existing Federal Projects CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised July 1,2011 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,201I GX-4001 Availability ®f Lands THIS PACE LEFT JIN'I'ENTIONALLY BLANK CITY Or,PORT WORTH UPPER CLEt4R FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02448 Revised July 1,2011 CITY OF FORT WORTH UPPER CLEAR F'ORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 Page 9 of 5 D218195417 B131120181:51 PM PGS 5 Fee: $32.00 subMiffer: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Cleric in Official Public Records Mary Louise Garcia UPPER CLEAR FORK DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS PARCEL.No, 1.TE PART 1 CITY PROJECT Nb,02448 850.12TH.AVENUE LOT'I-R-1A, SL.00FC 2,tyll901CAL CERTRE: CI`t''Y OP FORT WORTH TEMPO.RARY-CbNSTRVCTION 9ASEMEW DATE: & •h GRANTOR:SHG RESOURCES, LLC fotmerty known as,SHG Resources, LIB as successor 1n u Interest to Skit Secured Resources, LIB GRANTOR'S-MAiLING ADDRESS(tncludifrtg County) 27442:PORTOLA PARKWAY, SUITE-200 FOOTHILL RANGI1; MANORCOUNMI CA-92610 i GRANTEE: CITY OF FORS'1i ORT14 E GRAN`-WS MAILING ADDRESS.(including County): 200 TEXAS ST, FORT WORTH,TARRANT COUNTY, TX 70102 CONSIDERATION:Ten Dollers ($'0.0-0)and dthetgood and•v:Aluftble cohaldef4tton,..t'he•recelptand sufficleney of which Is hereby aeknowledgod. PROPERTY:Being aternpoTary construction easerneniout.of`I..oi 2-R-1A, Bladk2 of Medical i Centre,an addltlon to the City of'Fort Worth,Tarrant County.,"texas as recorded In-County Cterk's 's 1711'a N6-G212077132'.of the Plat Records of Tarrant County. Texas, said Lot 2-RAA be[ng deeded to StiG Resources,LP-as recorded Ire County Cleric's File Na.•020T120871 and 021'027795�7 of the Deed-Records of Tarmnt County,TexeFi, safcf temporary consfructlon-easement being.more particularly described In Exhibits A& E: Grontor,for tha:eodsidora#ian POW to Grantor, Hereby grant,.bargoinabd convey unto Grenteb,•Its subcessors;rhd.assigns,the use and passage In, over, and across, below and along the.1="ement Property iFltUeted 1n Tarrant County,Texas;In accordance with the ftal'descripf on hereto attach,ad 11 as Exhibit"A",:and ingr-ees.and egress over Grantor's proporty,to the easament.as shown on Exhiblt It is further agreed and'understood that:Grantee will be.permitted the use of said Easement Property for the purpose of access to drainago improvement facllllies. It Is the Intent of this Temporary- Construction Easement to provide eecass,to the sewer line In the rear of the Easement Property. Grantee shall not block-any handicapped panting'spades on the Easement Property other-thah bt1oflywhlls-moving 901r1as arid.egtApMeht'lh,0rid eut-bf the Easement Prbperty'sdrtvedfrtiy._Upon carhpletlon of lrriprbVetnents and its acceptance by Graritee,all rights granted.within th[s Ternporary Construction Easement-shall cea4e, TO HAVE:AND TO HOLD the aboya.described Easement property,together-wffh, all and singular, the rights.and appurtenances thereto In anyway.belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance-by Grantee, Grantor hereby[wind themselves,their heirs,successors, and assigns-,to warrant and defend,all and singular;said easement unto Grantee, its-successors sand assigns;against-every person whomsoever lawfully- claiming or to claim the same, or any part thareQf, TEMPORARY CONVRUCF[ON EASEMENT' f DATr t i i Page 2 of 5 fiRANTCMAHIReseurtes, LLC GRANT : CITY Of F'. T lilfORTH a Texas poiort. Mlehast lie g-,As nt.Secretary .5 .ve ooke, tifrector; Pra.perty Management. APP S TQ FORM AND LEA ,Iaaslca S96sv' Ass stank Citiy ttorney A00OWLEC0I5•MENT STATE OF. ty-fvo � COUNTY OF -C.1.11-r,1"I'!a B1WFt3�E ME,the undersigned authority,a Notary Public in nd far,the State of�ev l �4E 6,on L.L.C,krieWn b ri-t0 t0 a the same erso►ti Vhtse hame is,subser#bed to-#ha foregoing ns:si�Meht,onall 'e eared,�+'.t.-- c-g-k_. f-S thls��day of 2018}sere _ . p• g Eng instrument, ,and acknowledged to me-that ft game was the act:of 5HG Resources, L.L.0-and,that.he$xecuted tho*.awe @s-the aet of*!.HG-Pesourcos, L,L C fbrlhe purproses and cortsldelrati sn therein expreq.sed and in the capaclty.therain stated.: GIVEN UNDEk.M'A FIAND'ANb"SEAL£lF OF'F]'GE'this day of 2018 i ORIC AL 'ORCIN(AWVEl =AWfkftx-k Not ub1 " Eri aid f r#he State'af T lvtw M Srb a� rr ' r7nntr�Fs�n P-,k�rk�,� -- ACKNOWLEDGEMENT STATE.OF TEXAS �. COUNTY OF TARRANT § BEFORE ME,the understped authoNty, a Notary Public in and for tha State of Texas,on this day of 20%persariaily appsared,fitev�..C:�x.QkQ,..[7.Erec4ar. E'i'b @.rtv.lVlat�a�erriehf.of the e C&offdit Worth known to me m be the aaFne person whose ham -Is subscribed to the i foregoing instrument, 4nd aoknowiedged 0 me that the-same was they aot of.t{,q�Clty of Fart tttlorth. l and that-hel4he execu 0d the same-as the aQt of kha Cify of>Fort 11M7ortli for the purposes.and s' consEderat an-ther-ein expressed and.in if a caipa-elty therein stated. GIVEN'UNQER MY'HAN©ftt�t� F.OFFICE tE�i�,.clay.of- ---...... 201$ RA • l ata Publia In and fbState of Texas 14. � �A++ TENIPORAgY CO SiTRUMON EA§ DATE: i Page 3 of 6 UPPER CLEAR FORD DRAINAGE BASIN INTERCEPTOk IMPROVE,ME,NTS PARCEL No,I TE PART 1 CITY PROJECT No. 02449. LOT 2-k4A,BLOCK 2,ME,DICAL CENTR CITY OF FORT WORTTI,WARRANT COUNTY,TEXAS EXHIBIT`�A" Being a temporary construction- easemtnt out of Lot 2-'R.1A, Block 2 -of Medical Centre, an addition to thc.City of:Yosf-Worth,T=ant County,Texas as reeorded:-iit Cottmty Cldlii's File No. D212077132 ofthe Plat Records of Tmxant County,Texas,said Lot.2- 4 1.A.being deeded to 8H.0 Res6mte"s;LP as 3ree6rded in Comity Clerk's Fitt=No. D20712.0871 m d D210277357 of the-Deed Records of Taff ant CCoun(y, Toxaa, said lemparary constmetion o=.m-ont being more porticularly doscribod by metes and-bounds as follows: CO1VMEPN;ING at a 518 inch iron rod with cap stamped "HZ" found for the most easterly soUdie t.comet of said Lot 2-R-4 A,s9xt1518 itich i11bn-rod with cap stamped "HW' heing in the westerly right-of-4ay dine of-12Tn Ayen ao.(tt 690 tight-of-way), said 5/8 inrh.hnn rod.-Mth rap stamped"H7"being.fho northeast corner ofLot 2-R-1B uFsaid Block 2, said 518 inch iron-rod stamped `'`l-?_.,"•aksa: the hoing begzming of a.non tangen. curve to the Aght having a xa€ivt df 833.17&et,a.central angle.of 01 degrees 18 minutes 31 smonds,-and whose choral.bears North 13 degrees 53 rninutt;s 06 seconds West, a-dtistanee of 19.03- #het; T1,1EMCF,with said non-tangient- -curve to the right, with-&e most eastet y east,fine of said Lot 2-R-l A, an arc length.of 19-03 fecE. to the POINT-0F'1WG MNG of the herein described temprnary construction easement; Tl< ) NCT South$9 dpg;.,ees 39 mzutes 05 seconds.West,a distance.of 205.44 feet to a point for the beghming of ta.curvo to the Left baving a radium of 10.00 fbet a cemtrat anglo of 90 degrees 0.0 minufe5 00.seconds; and whose.chord bears South 44 dcgmies 59 minutes 05'seconds Wvat, a distance.of 14.14 feet; TRU,NCE with said curve to the kfi,wi arc length of 15.71 feet to R point for Darger; THENCE South 00 degrees 20 minutes 55 seconds Fast, a distance of 192.38 feet to a point for (,-orer, from, which a 518 inch.iron-with cap stamped"Bury?&triers" foubd far the southwest corner.ot sald Lot 2.:1t- bears Soutli 60 degrees 20 minutes 55 seconds .East, a dieduce of 93.56-foot and,South 89-a-green.39 minutes 05 ,seconds West, a durance of 65.29 feet;said 518 inch iron rod with cap stamped"Bury,Paxtnors" befog the northwest corner of Lot IRI,Block 2 of Medical Centre,-an addition to the-City of FortWoxth,Tarxant-C oiwty,Texas as recorded in.County Clerk's FileNo.D21.41.7$003 of said Plat Records of Tarrant County,.Texas, ;said 5/8 inch iron rodm tlz.oap-staampecl "Bury Pdrtnors also Fort Wol th.and Wastcxn Railroad:(a IOT right-of-way) as remyrded in Volwne J009- , Page 31 of said Deed Reooi s of TwTant County,Texas;. THENCE North B9 degrees. 09-inimitcs 09 seconds Weft, a,distance tA'25.01 feet to a.pahit.far Corner; Exhibit A Page.1 of 2 . ....... ...... Page 4 of 5 THENCE Noith 00 degrees 20 minutos 55 seconds West,a distance.of 191.95 feet to a P-ofilt'ror the beginning-of actWwt6 thetight halving a.-radhis of 35.00 fffet,.a contra!-4ngleof 90 degrees 00 minutes 00.seconds,and Whose chord bears Noith 44 degrees:39 wkUfQs 06-second-s East,a distance of 49,50 feet; TIMCE with said ciuvo to the right, an axo kagib of 54.98 feet to a poirt for coyner, TfMNCE North 89 degrees 39 ininutes 05 seconds East,.a distance of 201,15 foot to a point for- corae.Hu tbmost wte4y pasOne of said Lot 2-R-lA,sdidpoffit-b6ing intM westerly right-af way line of said 12'n*1 Avtnne,said point also.being Jw bogiiDning of a-non- tangent ourve to-the left having-a tshim of 933,17,feet, a eantral anglo or 01 degrees,45 ndnutes 28 seconds, wd whoge chord bears:Sjautb 12 degrees.21 minutes 07 seconds Eust,.a distance of 25.56 feet; T. N CE,with said non-tangem=To-to a-Le left,with-the inast easterly east Pine:Qf s aid Lot*2--R-- 1.A and-with flee westorly Aght-of-w- ay line of said 12TH Avon-tie, an arc 1 eng6of-25,56- feet to the POINT Or, RUGJTNNJNG and containing 10,779 square feet dr 0,247 acres of'land,more,or less. Notw. (1) A plat of even survey date herewith accompanies this legal description.. (2) All bdariiip and cootditates are:i-efor-owed W the Texas Coordinate System, NAD-83, Ile-Noah Centi-al. Zone 4202, all. distances md gems shown are. Date; Apd-1-U,2017 Cullis Smith. Registored Proressionalland 9-arveyor No. 5494 Toxas Firm No; 10 106900 Exb1bit-A.Page 2 oft ...... Page 6 of 6 EXHIBIT "B " PARCEL NID. 1 TE FARM" I LOT -2—R--4 A SHG RESOURG�S, LP TEMPORARY' C.C'X..No. D210277357' MEMENT'AR A 1 ),CA ��"'� p.r;X.0'.- X W..779 SO. FT. OR. �• •,,• 0,24-7 ACRES :... ............ A ..F+-1+F+• i 00�;'kr'e0 R 0.0. FND ./blR LOT 2-13-1& lz S FNIk PM IR _ SrA►PO UAY PARTNLe� ROT' TR'i \�3I CCU mow aaa3 1 3 O a r ~a.0a D � . R €A17 ha 1 C,�•F. p. , .G•`�. No C� 1 01`9 5 146rE8: 100 5a 0 100 1. A i.£QAC �}�$CR1pTIQh1 OF Eyf:N Dp.TE R�CDMPANIES THIS PLhT. 2, ALL UEARINOS ANQ POQ13QIMRTU A13E REFERENCED TQ THE•TEXAS GODADINATr SYSTEM, NA0-83. THE NORTH CENTRAL ZONE 4202, ALL DiSTANC£.AND ARM SHOWN ARE SURFACE. $1-ALE IN FUT City of Fort Worth 1.000 THROCKMORTON STREET FORT WORTH, TEXA 16JO2 PAR FORK DRADVA09 OASIS 11�' ERC,�'l��'O IMPI OVBM�'ll�'�',S ��'������ PA GEL NO, 1 TE FART 1 CITY FE9NO, G2448 TWPORrARY -GONSTRU3VON EASEMENT ""'"�."'"' .c11 -ris 1Ir. OWNER, SHG RESOURCES :LP ,r- M. SURVEY: LOT 2-- -RZIA MOCK MEWCAL CENTRE' �`� LOCATION: FORT WORTH., TARRANT COUNTY, TEXAS L SITION AREAL 10,7'79 5'QUARE FEET OR 0.247 ACRES, PROPERTY .+ACREAGE: 2,6902. AERES BY PLAT CURTIS SMITH 14HA-1507.00 RAWM fir.. JEE CAD.A W 01 V-9 !!01(1..pWGRSOISTERFO PROFESSIONAL LAND SURVEYOR P1iIf 28 2017 FTC IT C F E• 1" .. 1'04' "d4 ¢ E FR 10 RONDOM do ASSOCIATES, INC. 78R4 JACK NEWEL], BOULF.WU-SCrUT11 FORT'WORTH, TX. 76115 917=461A—T4 4 FAX 811,-1198—T790 3 r .............................. ................ I.—...... Page 1 of 7 D218201525 9110/2018 2:13 PM PG 7 Fee: $40.00 Scibmitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public;Records Mary Louise Garcia UPPIER MaAlfl,YORK DRAiNAGE BASIN INTIMCR PTORIMPROVE51VIE-WTS, PARGOL No,0 TP CftY'PR0JZGT No. 02440 11728 ROGERS ROAD LOT 1, BLOOK A,,COLONIAL PARK 91TY.01F-FORT WORTH DATE, GRANTOR:-. CRPIGARROLL FORT WORTH COLONIAL OWNER, L.P. ORANTOWS MAILING ADDRESS(including Qouhfy).-. �340-FEAC-NTREE ROAD, SUIT-U---,240-0 AT-LANTAj PMTON"COUNTY, OA 30326 GRANTEE,,CITY OF FORT WORTH G'RANTEE'S MAILINO ADDRESS.(Induding county): 20D TEXAS ST, FORT WORTH, TARRANT COUNTY,TX.76102 CONSIDERATION-,' Tan D611are ($40.00)and dthar..Obod and v6flaabI6-conalderation, the receipt and suff1cfency of whlc;h Is'hereby aaknowledgod. PROPERTY: BeInge temporary. constructlort&asomont.out of Lot 1, Uuck-,k of tolonigi Pa (; an addifloArto the Gltyof:Fort Worth,Tarrant.G- ounty,Texas as.mcorded In GablnstA,-811da 1-21re0 of the-P[oft.Ret cords of Tarrant County,Texas, Bald Lat 1 b&g deeded to CRIPIC-aftll Fod Worth Colonlal'Ow-rner, L,R as recorded in County Clerk's Fife No,D21 7183072.-of th a Deed Records of Tarrant-County) Texas, said tepnporary con4tructlon 94sernept behig more particularly described 1h Exhibits AA-0:- Gr6ht0r. fof"the Q6rie[d6fatidn Paid to,Graintor,�hav6by grAnt, bargahi and don0y uht6-G raht0e, b.sUcde-§sots and asbigns, the use and passage 14,- pVor, and adross, bdjqW vend afqng the FHeo m-.ant Prop qrty .11tifated In Tarrant-County,.'Tqix-gp, In accordencq with fha,laoi doscriptiart hereto affoo.hed ao Exhlbit"N and ingress and egress over Gr-qmtQx'u-property to the ea em it a� er as shown an Exhiblt'V, Dill81lU17 Page 2 of 7 ltislurthoragreied.aM under-stood.that-Grariieo wilt be permitted the use of sold PASemant Property for the purpose of mustruction of-saultmy sewer facilities. Upon oampleflon.of Imprpvathients gnd Its acceptance a y Grantee, all rights granted Within the described Temporary Gonstructim Easemenf shall cease, TO HAVE AND To HOLO the above: described �asamjgnt Property, together with, all and altiguliar, the rights-alyd apour-tonanaeg thareto in gn.yway boloqg1rig unto Grantea,and GrAint6a'a suod6esbrb-and Otlafid untlf'thecbMplet-ibn.of-oangtrtfctfoih And-mrOptance-by Gahtee..Gtimtor hereby bfhd thbmseIVO, their halrt, tWoom&6, and assIgpe, td Warr-6ht and defend, all Md. alnggJaw, smfd easpinent unto Grantes, its akjpqesqor* qnd ;qf,§IgnpF, against every person whom&aeVor lawfully cletf.Mlng or tQ Qf4IM 1ho-ijg M- e, or any pad thwo.of. TOM LY CGURIMMORROGFOC91. Page 3 of 7 1 -GRANT- QR: C14—Marroll Fort,Worth Oolanial+~7ftor, L.P. 4A — - _ GNANTEE: City Tort ,t, orth, ' By(�igrlatu���t �- (t'r11 In �e G`�ae Per '�ileat>�.tox: E APPROVE»A T AN LEGAL ITY (gigna'tuye) (�I u1t Name) Titlo- Jmlca Sar 1 to g,.A l8tWt-CltVAtWm$y AC NQwLED M. E A {s 1 � COUNTY OF A&A � BEFORE ME,the uncle tit► ,d authority, � hdrztact�r Pul31Ic in and for the Mote of this spy porQi,aliy apamred ,krxe3utrrl me toe the same pomon whore nacn is subsorl 6rt f�ti the foxeg d n�tru ierit, snd akrrc�wled ed i o me that the 'came was tha set of. and that he/oho.executed.tha same : a$ the" eat of said —_ - — for the purpotiet and c6n6ideratlon thOreln expressed and In the ca0adty"thi9Wh sivai:ed. rt IVeN LUMMP,�MY HAND ANQ- .0 AE:Or-OFFIMthls day-of s ,` •• SO. Notary P'u'mWrn andl`OF fho SWO of •" i A ob EO a: .,�` p 14. tiN 'Camparuy�;ancinialiarE toot �i�� �1� i { Page 4 of T ACKNQWL, DGEMENT $TASTE OP TEXAS COUNTY CF T R:RANT 9 BEFORE ME,the undersigned authority, a Nola - blic in and for the State of Texas, on this /004 day o-rsonaliy appeared COUC6 'l -. .. of the City of Fort Worth, knOWh tO mb to bo the same person who a --m_e is eubsnribed to tb-a foregoirIg irrsfrnment, :and acknowledged to mQ that-the same Was fhaoct'ofthe City.of cart VVcwth-arid that halshe executed the saute as the act of the Oity of' Fort Worth for the purposes-and consideration therein expressed and in the capacity therein stated, -14 GIVEN UDDER-MY F i1Np AND SEAL OFFIGE.fh.is t of "fv-bL , 20 . +��i�Sil#ir.it # No a. Public•in and ..the State ofTexas UxAfty 's 3 i T"mporaryConlruatlanNmuent Olf-10017 ............ Page 6 of 7 UPPF,R CLEAR FORK DRAINAGE BASIN INTERCEPTOR-IMPROVEMENTS PARCEL No. 6 TE MY PROJECT No.02448 LOT IS MOCK A,, COLONIALPARK. CITY OF FOXII"WORTH,TARRANT COUNTY,TEXAS: YXIIJBIT (&A.3) Being a tempormy consftwtion eas-emont out of Lot 1, BloQk A of Goloxiial Pork, an additim to the-City of 17-ort'Worth, Tarrant County,.Texas, as recorded in Cabinet A, Slide 1219.0 of the Plat R.m- qrdg pf Tarrant 0appty, Texas, said Lot 1 beiftg.deeded to. CRP/Curoll Fon W- oitli Coluftial Owner,-L.P. as recorded in Cminty Clerk's File:1�o. D2111.81-012 of the Deed Records ofTarrant Couhty,TeW,said teMpoirary construction emment being;Anore partlicalarly described by metes and bounds U followa' CoAlWwCING at.a railroad' spike f6-qnd for the southeau corner of Mid Lot 1, said railroad spike bring in the uortherty line of a 2.93 acre tract-of land(by.deed) deeded tofarmnt County Water Conti,&md Inipmvement DtAttim Ninbeir One as recorded AL Volume,4542,Page 5 of said Deed re cords.of-Tarrmf Cuunty,Texa%-said railroad spike also being jill-he west right-of-way line of Rogers Road (a variable width-right-of-way); THENCE. North 01 degrees 01 Minutes 04 swands West, with the cast Ihi(-,-Qf qaid Lcit I and with the west fight of-Way line of said Rogers Road,;a distance of 35,69 feet To:a point for the.southeast coiner ofan existing 3.0'Acc-ess Eagement aa.fecolded ih said Cabinet A, Slide 121.90, g-aid point also bciiig-the-begtnning of anon-tangent curve to the right having a radius. of 506.87 Jbe.t 3- a central angle: of 05 degrees 12 minkltm 23- seconds,and whose chord bears.South 63-dogrevs 03 minutes.3-6 seconds West,a distance of 46z04 feet- THENCE with said non-tangent cum to 1he right and with the southerly-lim of said existing 30' A cGess Rasemem(, an are fcaigih of 46.0'6' feet to a POINT OINT OF -MGINNING of the herein described-idnporary:c61)8=060tk Oas'utnent,' THENMI Mouth 54 degrees 17 minutes 16 seconds We9t, a.distance of 900 feet to a poiht for -the for,the bogiming of-a curve to The.leftbavulig a radius of200.00 feet,a central m1gle of IS d6g.toes 31 mlimtos 33 seconds, and.whow Chard bears .South 4-6 dog oos 31 minutes:29. seconds.West a.distam.of 54.03 feet; THENCE;wj,.th.-pajd oinve to the I ,..an,arc length of'54,20 16et to a pa-lit fbr corner; THENCE South 38. degrees 45 mirAttog.43 seconds.West adistmice of 13.89 feet to a point for corner In - line o sa the gauffiefly line.of said Lot 1,-said pqlut beh3g in -te fl �- noilheyly 1i f' id 2.93 acre,tract of land; THENCE South-62 degrees 10 minutes 56 seconds West,with the southerly RAO ofsaid Lot I and with the northerly line of said 2.93 gore tm. t of land., ei distance of 7.56 feet W a point for Corner; :Exhibit A'Page, 1.of-2 Page 6 of 7 -THENCE South 59 degrees 12.winntos 56 scQpjids West,-with the s.9 LaWly line of said. -Lot I and with the narrhorly line,of said 2.93.aGrr,liad Qf1and, a distance.of 22,77 feet to a point for:odiner, frobi Which a5/8 ffirh iron rQd,-f6bhdR5r an.argyle poitif in the sbiithdly. IfiW- of'said Lot I hears Sorith 59 degrees 12,Mimes.S6 seconds'West, a distance of-5 1.81 f6a,said 518 inoli iron rod also being-iff the northerly liner of said 2,93 acre-tract of land; THENCE North 36 degrees 07 minutes 12 seconds East, a distance of 22.47 feet to a point for carnet; TRENCE North 38-degrees 45 minutes 43-swonds East,a distance of.19.72-foot to a paint-for the beennijig.of a carve to the right h4ving a radius of 212.00 feet; a central kl& of 15- degrees 31 minutes 33 seconds, and whose chord bears North 46 degrees 31 minutes 29 seconds East, ;,i diswce-of 57,27 feet; THENCE.with said vurvelo tho right,mi arc length.of 57.45 f6et to a point:for corer; THENCE North 54 degrees 17 minutes 16 seconds East., a distance of 43.09 feet to a point for cornier in the southerly lihd of said existing.30' Ac=s EMerherit-3 gaid.point also being the beginning-of a non-tangent ow ve.to Ibe.left having a radius d506.87feet, acentrat migfe of'05 degrees 3.3 minutes 02 seconds,-and whose chord bears North 69 degrees. ZO wintft-o 19 seconds Easf;a di�(,qnae,of 49,69 feet; TRENCE With said non-tangent:6ul VO follid left and with the southaly hiie of said.existing 3 0' Access Vas.emcnt,.an arc length.of 49.f 0 feet to the POINT OF JUGINNING.and containing 1,788 squftro feetoj!0,041.acres afland,inore or lass.. Notes; (1) A plat of even survey-date here'Adth accompanies this-legal-description. (2) All bearings and coordinates are referenced to the, Texas Coordinate. System, NAD-83, The North Central Zone 4202, all distances and areas shown Rrp- Date- June 16,.2017 -------------- ........... Canis Smith 1 - Re9'stored.Professlonal Land Surveyor GF .W_ m k No. 5494 Exhibit A Page,2 orf 2 .. ..... .... .. ............ . Page 7 of 7 EXHIBIT "B'" PARCEL No. 6 TE H LOf f rx-1 Sp .s7 2 ' RIM 4 CRP/CARRULL FORT, WORTH a s TD j�} I C �12. D .�s N 7 7- C LONIAL OWNER, L.P. C)6C8.07 p5' 0 - 4 k :1 C.t &% NU: 02171=72 O p.R.]',C.T,UNE TM z 1 C N 01' r 4 35.59 X JBy� pAg.K go CC Ld LLJ 0010 L-. S b2 tp 8• •-6 S.58125fi 2 ;,i * 1__F 5'59'12 5B 51J13 y{�F rj T cc P.O.B. K'r I j 30' ACCESS aSFUENT 1. [ 'CABINET A, SLIDE 1-2190 P.RYC.T, �r- '� �. . J ..... ..?: r"' FAD RR 'SPIKE CHANNEL EASEME7JT Z556, TEMPORARY I I D.R.r,cT. ;`• ON$ uCTi'ON CEMENT AREA I �► { ;" er 1.,73EL SO, FT. OR' I I `4E � L—4 2,95 ACgES(BY DEED) 1 I I E,l MD IMh OVI_4ENT Di IMOt NUMMR ONE �.-.' t I I g VOLUME-41142, FACE-5 S j L �l AIQUISITION D,R.I.C.T,. I L4CATION FN) 9013J.ECT TRACT & i LOOATIOH OF ACQUISITION a 1 ayes: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN 'DATE'ACCOMPANIM 7HM PLAT � 2, ALL BEARINGS AND COPRDINATtS ARE-REFERENCE) 70-7HE MA9 006RDINA7E SY�tEM, NAD-03;:IKE KOMH CKNTRAI. XONE 42112, ALL DISTANCE$ AND AREA$ SHOWN ARE SURFACE. SCALE. IN FEET cit y of Fort Worth 40"T 1000 THROCKIMTON 5TREFT * FORT WORM TEXAS 76102 i UPPER CLEAR FORK DRAINACE BASIN INTERCEPTOR IMPROVEMENT' PARCEL NO. to TE CITY-PRGJ. O: b244 7Eh�A0RA Y CONSTRUCTION 1=ASEMENT n 'CU .1's Sh�l i .,,. ,,.,, n., •a,, ,.,, 0 ER: CRP CARRQLL 1709T WORTH COLONIAL OWNER, L.P. SURVEY -LOT 1, BLOCK A, COLONIAL PARTi � � 5494 -.p LQCATIOU-. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS a•• ACQILJISIT10N ARE'Ai 1.,788 SQUARE' FEET OR Q,04'1 ACRES �': 1 WHALE ]PROPERTY ACREAGE: 5.02 ACRES By PLAT CURTIS SMITH JOB.No. 14w1 1397.0C_ DRAWN BYt JPF( FE; OB 7E.41'4G REGISTERED PKIF021 1NAL LAND'SURVEYOR DATC;- 4VN� W. 2017 EXHIBIT 8 .P > S ' 1" do, 0, 64 4 TE Ellin t0100,101) 'GDR ONDONA & ASSGCI&TES, INC. - 'n24 JACk fIEWELL 609LIEVANU Sp.UTH FORT WORTH. TK 76110 • $17-496-•1424- FAX 17-49 W17f3g UPPED.CLEAR FORD DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS PARCEL No. 4 TE CITY PROJECT No. 02448 E. S.HARRIS SURVEY,ABSTRACT No. 68.8 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS EXHIBIT "A" Being a temporary construction easement situated in the E. S. Harris Survey; Abstract No. 6688, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 100' right-of-way (by deed) deeded to Fort Worth and Western Railroad as recorded in Volume 10080, Page 31 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with cap stamped "Bury Partners" found for corner in the easterly right-of--way line of said Fort Worth and Western Railroad,said 5/8 inch iron rod with cap stamped "Bury Partners"-being the most southerly southwest comer of Lot 2-R 1A, Block 2 of Medical Centre, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in County Clerk's File No. D212077132 of the Plat Records of Tarrant County,Texas, said 5/8 inch iron rod with cap stamped`Bury Partners" also being the northwest corner of Lot 1R1,Block of Medical Centre, an addition the City of Fort Worth, Tarrant County,Texas as recorded in County Clerk's File No. D214178003 of said Plat Records of Tarrant County, Texas; THE, South 20 degrees 13 minutes 25 seconds East, with the easterly right-of-way line of said Fort Worth and Western Railroad and with the westerly line of said Lot 1R1, a distance of 16.48 feet to a 518 inch iron rod with cap stamped "Bury, Partners" found for comer; THE, South 18 degrees 19 minutes 25 seconds East, with the easterly right-of-way line of said Fort Worth and Western Railroad and with the westerly line of said Lot 1 Rl, a distance of 52.59 feet to a point for corner; THENCE South 16 degrees 02 minutes 25 seconds East, with the easterly right-of-way line of said Fort Worth and Western Railroad and with the westerly line of said Lot 1R1, a distance of 52.17 feet to a point for corner; THENCE South 13 degrees 21 minutes 25 seconds East, with the easterly right-of-way line of said Fort Worth and Westem Railroad and with the westerly line of said Lot 1R1, a distance of 51.73 feet to a 5/8 inch iron rod with cap stamped "Bury Partners" found for corner; THENCE South 12 degrees 02 minutes 25 seconds East, with the easterly right-of-way line of said. Fort Worth and Western Railroad and with the westerly line of said Lot 1R1, a distance of 17.40 feet to a point for corner; THENCE South 72 degrees 34 minutes 18 seconds West, a distance of 2.1.07 feet to a point for corner; Exhibit A Page 1 of 3 THENCE South 17 degrees, 25 minutes 42 seconds Fast, a distance of 18.29 feet to a point for corner; THENCE Smith 06 degrees 18 minutes 52 seconds Fast, a distwicc o1'506,92 f:.el to a point for corner; THENCE Not•#h 89 degrees 38 minutes 29 seconds East, a distwim cal'25.53 feet to a point for corner in the easterly right-of--way line of said Fort WoAh and Western Railroad, said point being iir the westerly line of atrrttr:l of land deeded to Baylor All .5aints Ir:dical Centor os we riled in C aunty Clerk's file Nan D207030351 and Ding fut•#her described in Volume 10876, Page 1719 ol'said Deed Records ofTarrartt ounty,Tcxas; THENCE South Oar degrees 03 ininutes 10 seconds Frtst, with the easterly right-al=way Brie of said Fort Worth and Westem Rai[road and witIi (lie westerly line ofsoid tuio of land deeded to Baylor All Saints Medical Center, a distance of 10.05 feet to a tx)ink for Cotner; THENCE South 89 dugrws 38 minkttes 29 seconds West, a distwice of 35.5d fact to a point for cornet; THENCE North 06 deg=s 18 minute-% 52 seconds West, a distance of 514.67 feet to a point for corner; THENCE Nurth 17 dcgrecq 25 minutes 42 seconds Wert, a distance a 17,60 feet to a point for corner; THENCE North 21 (legrees 26 minittes 32 seconds WCA, tt distance of 58.49 feat to a point for corner; THIZNCE North 14 degrees 5 8 minutes 52 seconds West, a distance of 153.97 feet to a point for corner; THENCE North 19 degrees 19 minutes 19 seconds West, a distrrrtce of 115.19 feet to a point for corner; 'f HENCE' North Fig degrees 24 minutes 38 seconfis East, a distance of26.30 feet to a point for corner in the ettswrly right-Of-way y line of said Fort Words and Western Railroad, said point behig iu the westerly line of said Lot 2-R-IA; THENCE South 23 degrees 38 F7ti utes 49 seconds Fast, with (lie easterly right-of-way line of said Dort Wot•th and Western Railroad and with [lie westerly line of said Lot 2- -1A, a distancr.o1'22.50 1:eet to a point for corner; THE,NCE Snuth 23 €agrees 01 minutes 34 seconds lrast, with the easterly right-off way line of said Fort Worlh arid e.qe-,r k Railroad anal with the westefl y lime of said Lot 2-It-1 A. a disIanc:e oF31.14 feet to u paint for corner; Exhibit A Page 2 of 3 THENCE South 21 degrees 55 minutes 00 seconds east, with the easterly right-of-way lime of said Fort Worth and Western Railroad and with the westerly line of said Got 2-R-1 A, a distance of 48.73 feet to a point for comer; THE, South 20 degrees 18 minutes 40 seconds East, with the easterly right-of-way line of said Fort Worth and Western Railroad and with the westerly line of said Lot 2-R-1A, a distance of 36.73 feet to the POINT Of"BEGINNING and containing 16,927 square feet or 0.389 acres of land,more or less. Motes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bem-ings and coordinates are referenced to the Texas Coordinate System, NAD•-83, The North Central Zone 4202, all distances and areas shown are surface. Date: Septeniber 13, 2019 Z--- Curtis Smith Registered Professional land Su"eyor '�� J s r�� F ti� � ok -� No. 5494 r; q, Texas Firin No, 10106900 CURVS SLjrfH 6494 iz� SUVO 8xlubit A Page 3 of 3 EXHIBIT PARCEL No. 4 TE ACQUiSMON NE- T B E LOCATION LINE BEARING DISTANCE LOT 2---R=1A LOT 2-R--113 L=1 S 20'1325 E 16.48 L-2 S 18'19 25 E 52.59 WEST RO$EDALE I L-3 S 16'02 25 E 52.17 STREET 2 L-4 S 13'21 25 E 51.73 L-18 0r,OC C15NTi g t-5 S 12'02 25 E 17.40 �CA� 1207 L--6 S 72'34`18 21.07 L-i 9 p6 14 D,el- L�-7 S .17'25 42 E 18.29 C-c' P•� L-8 S 0 17 1€3 52 E 506.92 Ar L-12 N 06'1 r3 52 W 5'C 4.67 L 20 L-13 N 17725 42 17.60 P.O.B. L-14 21'26 32 58,49 - FtJD 5/8"C1R L-1 5 N I IV5$ 52 W 153:97 SUBJECT TRACT & "BURY TaaKra .Rs" L-16 N 19'19 19 W 115,19 LOCATION OF ACQUISITION — E= 7 IN 69-24 3B E 26.30 L-1 L-1.8 S 23'3$ 49 E 22.50 TEMPORARY FND S/H-dR -19 S 23'01 34 E 31.14 -OURY PARTNERS" CONSTRUCTjON 1 L-20 S 21'55 0R E +I<8.73 EASEMENT AREA '.;,,,.,,',,,: N L--21 5 20.18 4i7 E 3B,73 16,927 SO. F f. OR O.389 ACRES FoRig +NORTH AND W LOT 1R1 WESTERN RAILROAD ,'' ''':::• 100' RIGFIr-of--my Y" r LOT 1 R2 VOLUME 10080, PAGE 31 � ,..,,...:. � 5 s"CfRF OCK VNTft o � � D.R.T.c, 1 . : :. L C MTV LL.C. BURY PARTNERS gSDIC;A"j)4i417B0 C.C.F. No. D216283471 L--7 C.0 . Np 9,�C.T 0,R:T,C.T. � ;, ' �'sumo L-43 R S S COBB w BAR N°` " Ep fA �4L VARAOL RrcNr_ s� MATCHLINE "A" NOTES- 100 50 0 100 i- A LFCAL DESCRIPTION OF EVER DATE ACCOMPANIES THIS PLAT. 2. A1919 KARINGS AND COORDRt&TES ME REFERENCED TO THE TEXAS COORDINATE 5YSrFM, NAO-✓33, THE h"ORTN CENTRAL, ZONE 4202, ALL DISTANCES.AND AREAS Slimm AK saf-mct. SCALE IN FEET FoRTWorm City of Fort Worth 10.00 THROCKMORTON STREE[— FORT WORTH, TEXAS 76102 UPPER CLEAR ,CORK 1 � mwim w BASIN INTERcrPTOR IMPROVEMENTS PARCEL No. 4 TE crrY PROD. NO. 02448 ° TEMPORARY CONSTRUCTION EASEMENT - G TIS SM'I OWNER., FORT WORTH AND WESTERN MLROAD - " SURVEY, E. S. HARRIS SURVEY A8,VrRACT No. 688 LOCATION: FORT WORTH, TARRANT COUWY, TEXAS ACMASITION AREA: 18,927 SQUARE F"W OR 0.389 ACRES WHOLE PROP RTY ACREAM. APPROXIMATELY 70.5 ACRES .BY DEEP)__ GURTS SMITH JQ9 No. 14RA-1507.UG I DRAWN BY: PCs I CAD FILE: 04 TF-DWO REOISTERED IPROFE5$10NAL. LAND SLIRV�YQR I)A7E' SEPTE"ER f3, 201e 1 EkNlE f• R PAOE 1 OF 2 SCALE: 1" -ion, w. 6484 TEXA-- fIRM, Nu 100RRONOONA & ,ASSOCIATE, INc. • 752# JACK NEWFill WaEvARL) SOUTH FOR1• WORTH, TX, 7fi118 • 017-4ee-1424 FAX Ri7-4316-f768 MATCHLINE "All EXHIBIT „B PARCEL No. 4 TE TEMPORARY CONSTRUCTION EASEMENT AREA ,927 SQ. FF. OR WES rA VARIABLE I?Ic 160.309 ACRES ( ilr-or, LOT 10-13 LINE TBIrA ABLE L-8 S 06'1852"E 506,92 936 L-9 N 89',38*29"E25.53r- MIS019TO 03, 1pojo L-10 S 06'03 10"E 10.05' 388 �11 L-11 S 89*38"-2W 35.54' ,T C'T' 3 IL-12IN Om514.67 REMAINDER TRACT LOT 1 CITY OF FORT WORTH OWS bbb .7.1 VOLUME 2807, PAGE 353 3-19 D.R.T.C.T. 0 GIC 'OTS 191011-g'rog J60, p ; 3813- C.T. ACQUISITION LOCATION WEST ET STREET —10 L BAYLOR ALL SAINTS MEDICAL CENTER C;CF, No. D207030351 VOLU�E 108-16, PAGE 1719 NEWBY PARK D.R.T.C.T. ACQUISITION CITY OF FORT WORTH FORT WORTH AND WESTERN LROAD 100' RIGHTRAI-OF-WAY VOLUME 10080, PAGE 31 SUBJECT TRACT & D.R.T.C.T. LOCATION OF ACQUISITION NOTES: 100 5.0 0 100 1. A LEGAL DESCRIPTION. OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET Ell City of Fort Worth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76.1.02 UPPER CLEAR FORK F DRAINAGE BASIN INTERCEPTOR IMPROVEMENTS PARCEL NO. 4 TE T CITY PROJ. NO. 02448 TEMPORARY CONSTRUCTION EASEMENT RTT EMIT OWNER: FORT WORTH AND WESTERN RAILROAD SURVEY: E. S. HARRIS SURVEY, ABSTRACT No. 68B LOCATION: FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 16,927 SQUARE FEET OR 0.389 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 70.5 ACRES (BY DEED) CURTIS SMITH JOB No. KHA-1507.00 I DRAWN BY: RCS I CAD FILE-. 04 TE.DWG ]REGISTERED PROFESSIONAL LAND SURVEYOR DATE- SEPTEMBER 13. 2018 1 EXHIBIT B PAGE 2 OF 2 1 SCALE: 11" — 100' NO. 5494 TEXAS FIRM No. 10106900 OORRONDONA do ASSOCIATES, INC, - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX, 78118 817-496-1424 FAX 817-496-1768 GC-4a02 Subsurface and Physical Conditions TIM11S ]SAGE CLEFT INTENTIONALLY BLAND CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY OF FORT WORTH TIPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Rcviscd July 1,2011 GEOTECHNICAL ENGINEERING STUDY UPPER CLEAR FORK DRAINAGE BASIN PARALLEL INTERCEPTOR IMPROVEMENTS FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. September 2017 PROJECT NO. 103-17-249 7636 Pebble Drive CMJ ENGINEERING, INC. Fnrt Worth.I6xa,s76118 -�o 5Y W 5uf�?jE71g�.Coni September 26, 2017 Report No. 103-17-249 Kimtey-Horn and Associates, Inc. 801 Cherry Street, Uri it 11, Suit$ 950 Port Worth, Texas 76102-6803 Attn: Mr, Josh Kercho, P.E. GEOTECHNICAL ENGINEERING STUDY UPPER CLEAR FORE{ DRAINAGE BASIN PARAL.L.EL INTERCEPTOR IMPROVEMENTS FORT WORTH, TEXAS Dear Mr. Kercho: Submitted here are the results of a geotechnical engineering study for the referenced project, This study was performed in general iacc,ordance with GMJ Proposal 17-6443 dated April 5, 2017 The geotechnical services were authorized via Standard Agreement for Professional Services with Kimley-Horn and Associates, Inc., Project Number 061018142.1.710 dated April 7, 2017. 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 opporiuiiity 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 Kimley-Horn and Associates, Inc. Please contact us it you have any questions or if we may be of further service at this time. Respectfully submitted, CM] ENGIN LERING,INC. Trim',Fin;lLiERsAy'iora Nm F-9177 jo F f r Jam P. rnl r Eng Weer gton IV, P.E. %%%1QN L w Texas No. 97402 copies submitted: (2) Nti_ Josh Kercho. RE.; Kimley-Horn and Associates, Inc. I7Itone(1817) 284-9400 F".(W) 599-9"3 Metro(817)589-9992 TABU OF CONTENTS Pa go 1.0 INTRODUCTION--------------------------------------------------------------------------------------------------------1 1.1 General-------------------------------------------------------------------------------------------------------------1 1.2 Purpose and Scope----------------------------------------------------------------------------------------------1 1.3 Report Format-----------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------2 2.1 Field Exploration--------------------------------------------------------------------------------------------------2 2.2 Laboratory Testing----------------------------------------------------------------------------------------------3 3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------3 3.1 Site Geology-------------------------------------------------------------------------------------------------- 3 3.2 Soil Conditions----------------------------------------------------------------------------------------------------3 3.3 Ground-water Observations-------------------------------------------.._.._-.._-.._------------------------------5 4.0 UTILITY EXCAVATIONS--------------------------------------------------------------------------------------------5 4.1 Expected Subsurface Conditions ----------------------------------------------------------------------------5 4.2 Open Cut-----------------------------------------------------------------------------------------------------------6 4.3 Trench /Bore Pit Dewatering ---------------------------------------------------------------------------------6 4.4 Soft Trench Bottom Conditions-------------------------------------------------------------------------------6 4.5 Excavation Considerations -----------..------------------------------------------------------------------------7 4.6 Trench Backfill----------------------------------------------------------------------------------------------------7 4.7 Trench Backfill Settlement-------------------------------------------------------------------------------------8 4.8 Provisions to Reduce Backfill Settlement------------------------------------------------------------------8 4.9 Bore/Tunnel Considerations-----------------------------------------------------------------------------------9 5.0 EARTHWORK--------------------------------------------------------------------------------------------------------- 10 5.1 Site Preparation & Field Testing-------------------------------------------------------------------------- 10 5.2 Excavation----------------------------------------------------------------------------=------------------------- 11 5.3 Soil Corrosion Potential--------------------------------------------------------------------------------------- 11 5.4 Erosion and Sediment Control------------------------------------------------------------------------------ 11 6.0 CONSTRUCTION OBSERVATIONS---------------------------------------------------------------------------- 12 7.0 REPORT CLOSURE------------------------------------------------------------------------------------------------- 12 APPENDIX A Plate Planof Borings ---------------------------------------------------------------------------------------------------------------A.1 Unified Soil Classification System ---------------------------------------------------------------------------------------A.2 Key to Classification and Symbols---------------------------------------------------------------------------------------A.3 Logsof Borings----------------------------------------------------------..------------------------------------------AA -A.13 Particle Size Distribution Reports-----------------------------------------------------------------------------A.1 4-A.18 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a major sanitary sewer line refurbishment project within eight specific areas in the vicinity of Trinity Park and West Fork Trinity River in Fort Worth. The refurbishment scope for these lines generally consists of new pipe sections, manhole..structures, and pipe bore crossings of existing infrastructure. The project vicinity and approximate location of exploration borings are illustrated on Plates AAA through AA Q, Plan of Borings. 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, and develop comments on general excavation. 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 structures 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 re corn mendations, 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 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in 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. Report No. 103-17-249 CMJ ENGINHERING,INC, 1 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 (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.9 Field Exploration Subsurface materials at the project site were explored by ten (10) vertical soil borings drilled to depths of 10 to 35 feet at the locations selected by Kimley-Horn and Associates. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A through A.1 D. The boring logs are included on Plates A.4 through A.13 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. 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 170-pound hammer freely failing 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 Report No. 103-17-249 CMJ ENGINEERING,INC. 2 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 log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping or with asphalt as appropriate. 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, and gradations), 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. Gradation analyses are presented on Plates A.1 A through A.18, Particle Size Distribution Reports. 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 project site is located in Alluvium Deposits of the Clear Fork Trinity River overlying the Duck Creek, Kiamichi, and/or Goodland formations. The alluvial and terrace deposits are generally a mixture of fine-grained and coarse materials, which are typically layered with grain sizes increasing with depth. At the surface the clay portions of these deposits can be moderately to highly active. Ground-water is typically present in these deposits, especially in the proximity of a river or 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 is discussed below. Note that depths on the borings refer to the depth from the existing grade or Report No. 103-17.249 CMJ ENGINEERING,INC. 3 ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Pavement is present at the surface in Borings BH-1,1, BH-2.1, BH-4.1, and BH-5.1 consisting of 2 to 7% inches of hot-mix asphalt, Lime treatment of the clay subgrade with a thickness of 10 inches was detected by indicator below the asphalt in Boring BH-1.1. Fill and possible fill materials are present to depths of 1 to 6 feet in Borings BH-3.1 through BH-8.2 and through termination depth of 35 feet in Boring BH-9.1. The fills in Borings BH-3.1 through BH-8.2 consist of brown, light brown, and tan silty clays, clays, sandy clays, sands with limestone fragments, gravel, iron stones, sandstones, and calcareous nodules. The fill in Boring BH-9.1 consists of brown and dark brown silty clay containing appreciable concrete fragments, limestone fragments, asphalt fragments, and occasional sand and gravel. The fill debris in BH-9.1 is generally very dense (or hard) in place, with Texas Cone Penetrometer (THD) test values of to 7 inches of penetration for 100 hammer blows. Natural overburden soils encountered consist of various dark brown, brown, light brown, tan and gray silty clays, sandy silty clays, clayey sands, shaly clays, and clays with occasional calcareous nodules/deposts, ironstone seams, and sand seams/layers. Fractured limestone seams are present within the clays in Boring BH-4.1 below 4 feet. In addition, a gravel seam was noted at 11 feet in Boring BH-7.1. Borings BH-1.1 through BH-3.2 and BH-7.1 through BH-8,2 were terminated within the various natural clays at 10 to 20 feet. The various soils encountered had tested Liquid Limits (LL) of 32 to 70 with Plasticity Indices (PI) of 16 to 44, and classify as SC, CL and CH according to the USCS, The cohesive soils are considered stiff to hard (soil basis), with pocket penetrometer readings of 1.5 to in excess of 4.5 tsf. Tested unit weight and unconfined compressive strength values range from 102 to 122 pcf and 2,220 to 15,060 psf, respectively. Moisture content values range from 3 to 29 percent. Tan limestone is next present at 15 feet in Boring BH-5.1 with a thickness of 1 foot. Gray limestone is next present at depths of 10 to 16 feet in Borings BH-4,1 and BH-6.1, respectively. The gray limestone contains shale seams and is hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of 3f to 1Y44 inches of penetration for 100 hammer blows. Borings BH-4.1 and 131-1-5.1 were terminated within the gray limestone at depths of 20 to 25 feet. Report No.103-17-249 CMJ ENGINEERING,INC. 4 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 in the borings during drilling and all borings were dry at completion of drilling operations to their respective termination depths. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. 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. Water may be encountered in sand seams/layers, joints, fractures, or permeable seams within the various alluvial deposit soils. 4.0 UTILITY EXCAVATIONS 4.1 Expected Subsurface Conditions The proposed sower line will be constructed mainly through Alluvial geological formation soils. The depositional composition of this geological formation is varied from sands and gravels to silty clays and clays. The natural silty clays, sandy clays, silty sandy clays, shaly clays, and clays onsite generally are what the writer would consider normal excavation materials in the north central Texas area and should be able to be excavated by standard equipment. No unusual conditions in the natural clay soils were noted at the boring locations. Limestone with shale seams are present in Borings BH-4.1 and BH-5.1 below depths of 10 to 15 feet, and can be difficult to remove or excavate. The tan and gray limestones are considered hard to very hard (rock basis), and will present excavation difficulty which may require special techniques for ripping/rock removal. No hard rock was encountered in the remaining borings, notwithstanding the abundant rock and concrete fragments present within the fills in Boring BH-9.1. The significant fill in Boring BH-9.1 could very well be subject to sloughing and caving conditions, particularly when subjected to vibrations during excavation. The fills could contain large concrete fragments or dense metal or wire fragments and could cause a high degree of difficulty in excavation. Report No.103-17.249 CMJ ENGINEERING,INC. 5 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 C>=R 1926/1919), Subpart P. I✓or excavations less than 6 feet deep through the various clays, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, non-compacted fill (1311-9.1 in particular), or submerged soils it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. 4.3 Trench / Bore Pit Dewatering As discussed in Section 3.3, Ground-water Observations, ground-water conditions can vary with seasonal fluctuations in rainfall. In the case that ground-water is encountered, controlling the ground-water is essential to construction of the proposed sewer line. Failure to control any encountered ground-water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling. Ground- water levels should be maintained at two feet below the bases of the excavations for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. In the event that water infiltration rates are high, as may be the case where sand or gravel strata are encountered, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.4 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural silty clays and clays, but soft conditions may occur, especially in areas where ground-water is present. Control of ground-water as discussed above is the key to-avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils. Unstable trench bottoms are considered to be unsuitable for support of the pipe. Soft clays could occur where ground-water is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method; Report No.103-17-249 CMj ENGINEERING,INC. 6 • Under-cut to a suitable bearing subgrade and replace with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The aver-excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco Propex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 4.5 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Any replacement pavement structure (concrete, asphalt, base course material or stabilized subgrade) should extend a minimum of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.6 Trench Backfill To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Report No.103-17-240 CMJ ENGINEERING,INC. 7 Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Marifi 140N or equivalent. Site excavated materials are generally considered suitable for use as backfill above the 'pipe bedding materials. All trench backfill should be free of deleterious materials, Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum fl- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a P1 less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. 4.7 `french Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be overbuilt by one foot and sloped down to match grade at the edge of the excavation. 4.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by Report No. 103-17-249 CMf ENGINEERING,INC. 8 -an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material, as previously discussed. 4.9 Bore/Tunnel Considerations Alluvial and Fluviatile deposits are well-known for variability with vertical and lateral extent. The various soils will vary in thickness and depth, and the potential for water seepage in more granular zones also will vary with climate, rainfall events, and depths/thickness of more permeable soils. Materials encountered in the upper 15 to 20 feet in Borings BH-8,1 and 8.2, conducted in the vicinity of the Clear Fork Trinity River crossing consists of hard silty clays of moderately plasticity which are considered good materials for boring and tunneling. The only method available to confirm the actual soil conditions directly beneath the thalweg of the river along the crossing route would involve barge-mounted drilling equipment. Should the bore/tunnel depth penetrate any zones of sands or gravel, cave-in of these non-plastic materials and a high degree of drilling difficulty should be expected. In addition, water seepage within sands/gravels zones can complicate tunnel drilling/drilling and cave-in. Sand or gravel seams/zones can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. It is recommended that the bore/ tunnel contractor be made aware of these potential variabilities. A contractor experienced in tunneling in alluvial deposits (granular) materials will understand the ramifications of the above discussion, Report No. 1 Q3-17-249 CMf ENGINEERING,INC. 9 5.0 EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No.103.17-249 CMJ ENGINE7SMG,INC. 10 Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided; instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.3 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal or concrete pipe and similar facilities in contact with these soils should be used. 5.4 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, Report No.103-17-249 CMJ ENGINEERING,INC. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In 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 finaf 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 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. 7.0 REPORT CLOSURE The boring locations were selected by Kimley-Horn and Associates, 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 fines 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-manuaf 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 Report No. 103-17-249 CMJ ENGINEERING,INC. 12 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 groundwater 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 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 Report No.103-17-249 CMJ ENGINEEmuNG,INC. 13 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 Kimley-Horn and 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 reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-17-249 CMr I''NGINEERINc,INC. 14 Lim ad 1 t Yy� F •' S+ 5' ItT d IPy 1 r i ;' �! s L '•' k1 5 tk # F ' a +p AL 42q k�Y• �� � Cn a di Ft" 4, cn x Ic rx 'r lU i � �• L � I il{ I F�-f ` � PLATE A. /A At In " t 'x i _ F � f i 5 y Y t _ tY INN iYa ku • • Yk k 1 � w ca r �4Y k k5 ti� ca LL 410, 3 1# r Y 46 PIA Tk i LZ - i r r .. F # f2 A e u It fill VV �T Ridy - t r+ 1 A. I �� f: - � .� •I y �O , _ + h 'Lx 4 � � •� +1 ': { h 4 Major Divisions Gym. Typical Names Laboratory Classification Criteria `mom N Well-graded gravels,gravel- 2 D60 (Dao)z (D c GW sand mixtures, little or no 0) C"=-- greater than 4: DG _._-________ between 1 and 3 vi > `� fines N D10 D10 X Dso C LIU? C CI? coU) N aa) Poorly graded gravels, gravel N m U �5 GP sand mixtures, little or no cr) u) to Not meeting all gradation requirements for GW ai L 2 fines co a U � 7 > (v 10 o U U` a n " n ? Liquid and Plastic limits C) a ( o Silty gravels, gravel•-sand-slit � (D �? :r q Liquid and plastic limits N GM �; '�, below"A" line or P.I. mixtures as m plotting in hatched zone d c L greater than 4 o.� a between 4 and 7 are m o (n borderline cases m w (D Liquid and Plastic limits a Clayey gravels, gravel-sand- .�ON requiring use of dual `D o D Q GC clay mixtures above A line with P.l. symbols rn Q y : fi greater than 7 = M •� as Lu w L o o Well-graded sands, gravelly n ` coDso (DaO)2 SW m C�----- greater than 6'. G�------------ between 1 and 3 sands, little or no fines �, D70 ©,"x D60 n m Cn to n N N C 0) P a N (D Poorly graded sands; w Q m '� SP gravelly sands, little or no u Not meeting all gradation requirements for SW ;o (D fines + aa) C 'O 12 P O CL N .� (Ca (0 It a u1 W to `— d y o CD m Liquid and Plastic limits o D Z (D a SM Silty sands,sand-silt mixtures �; below"A"line or P.I. less Liquid and plastic limits 4= m n m t- ` COL o a o n than 4 plotting between 4 and 7 a o ° Lo I are borderline cases en •co LP _ S'-0 Liquid and Plastic limits requiring use of dual o E Sc Clayey sands, sand-clay "I above"A"line with P.I. symbols 0- mixtures C greater than 7 Inorganic silts and very fine sands, rock flour, silty or 10 ME clayey fine sands,or clayey U silts with slight plasticity 5 Inorganic clays of low to .a) medium plasticity, gravelly r_o ro 1i CL' clays, sandy clays, silty clays, s and lean clays o N GH Z a' r OL Organic silts and organic silty 4 clays of low plasticity X 12 o m _c N CU y — Inorganic silts, micaceous or LO MH diatomaceous fine sandy or + ow ar d MH 6 •r- W silty soils, elastic silts +P c N 20 i% ca m E -- c M CH Inorganic clays of high ro �' plasticity,fat clays .� 4 MLa dOL ca a� OH I Organic clays of medium to 00 to 20 30 40 50 60 70 80 90 100 0 high plasticity, organic silts Liquid Limit r- in 0) M 'o Pt Peat and other highly organic Plasticity Chart soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE o a Q op SAND a o SANDY — SHALE SILT SILTY . SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger Split Rock Cane No PLASTIC CLAY r...T.� Tube Spoon Core Pen Recovery M/ TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained SOILS (More than 50%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 60%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 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, 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 [� ENGINEERING INC. Project No. Boring No. Project tipper Clear Fork Drainage Basin Parallel Interceptor Improvements 103-17-249 Vicinity of Trinity Park and Clear Fork Trinity River- Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0. Date 8-1-17 Surface Elevation Type Simco,w/CFA O d CD .� Q 61 ANY' ILL z 9 (n Stratum Description o �o d 2 a N U ❑ Via!` � 7 �= 125 n qxi ,N� -N 0 E� W d oat? m� rrE +� E �a oo c� coo W CK caa F aal D� j a.:.r n E U nJ DUa ASPHALT,2 inches thick SILTY CLAY, brown,lime treatment detected by 4.5+ 17 indicator, hard 4.5+ 18 SILTY CLAY,brown, hard 4.5+ 21 5 -grades dark brown,4'to 8' 4.5+ 92 48 18 30 20 4.5+ 1 18 112 12230 4.5+ 1 1 17 0 m F q U d ai N M 0 O to O o LOG OF BORING NO. BH-1.1 PLATE AA Project No. Burin No. Project {.M RNGINLI©RING INC, i g i Upper Clear Fork Drainage Basin Parallel Interceptor I"mp ovements 103-17-249 BH-2,1 Vicinity of Trinity Park and Clear Fork Trinity River-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10A, pate 8_1-17 Surface Elevation Type Simco,wl CFA o ai o n a 6 cV c ii any E E Q O � NtCr n Stratum Description o ot� 4 0 d s � w y U O 3 C: M > a* n" pay s ,^ N cayE LU CJ oa)U? M a) of coE m rs oa �� cao ASPHALT,2.75 inches thick 3.0 29 CLAY f SILTY CLAY,brown,very stiff to hard 3.75 23 -grades dark brown,2'to 5' 4.25 24 4.5* 20 108 10520 4.5+ 20 5 4.5+ 52 18 34 18 10 --------------- -- _—_ 4.5t 18 ti 0 0 Eq U d U of N r 0 U Z W P m u. 4 a LOG OF BORING NO. BH-2.1 PLATE A.5 ENGINEERING INC, Project No. Boring No. Project Upper Clear Fork Drainage Basin Parallel Interceptor rn ovements 103-17-249 BH-3.1 _Vicinity of Trinity Park and Clear Fork Trinity River-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 15.0. Date 8-1-17 _ Surface Elevation Typo Simco,w/CFA Stratum Description o �� o a as 0a� > V y t 8 E W d a mG? M! o f ro E E-0 00 r_�� B o a SILTY CLAY,brown,w/occasional sandy clays, 4.5+ 13 very stiff to hard (FILL) 3.0 69 36 _13 23 11 3.0 10 SILTY CLAY,dark brown,very stiff to hard 3.6 — 171 103 3380 4.5+ 17 5 4.5+ 15 -grades brown below 9` 4.5+ 16 115 15060 10— 15 -----_ -- —__ —_--_-_ 4.5+ 46 15 31 17 n 0 F- U a C9 of N r a_ z O 0 LOG OF BORING NO, BH-3.'1 VLAYF a•6 M ENGINEERING INC. Project No. Boring No. Project Upper Clear Fork Drainage Basin Parallel Interceptor mp ovements 103-17-249 BH-3.2 Vicinity of Trinity Park and Clear Fork Trinity Rir►er-Fort Worth,Texas Location Water observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 16.0, Date 8-4-17 Surface Elevation Type Sjmco,w/CFA 0 � �� a E ou z a Stratum Description a d) �� o ti N U t] Wu � N nabc vE� W 0 g m0i cu crE m E cav o0 c� c o o Oa- SANDY CLAY,brown,w/sand and limestone 3 fragments, hard (FILL) 4.5+ 56 41 14 27 9 4.5+ 15 115 9900 4.5+ 10 10 5 SILTY CLAY,brown,stiff 2.5 18 2.0 93 44 16 28 20 10 15 ------- ------------__ -- 1.5 22 102 2220 0 0 U 0. (7 m N ri M Q U z ie 0 m IL a PLATE A.7 LOG OF BORING NO. BH-3.2 J M ENGINEERING INC. Project No. Bofing No. Project Upper Clear Fork Drainage Basin Parallel Interceptor�np ovements 103-17-249 1 BH-4.1 _Vicinity of Trinity Park and Clear Fork Trinity River-Port Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 20.0, Date 13-14-17 _ Surface Elevatlon Type CMF-55,wl CFA o CO (n Stratum Description o a u �� o 9 U w [1 owU? �� aE _mE 0o C9 cop R' Q' O�a.F^' QLCo JJ dJ �. U �J ❑Ua. ASPHALT,7.5 inches thick SANDY CLAY,brown,wl sand and gravel, hard 4.5+ 22 32 16 16 10 (FILL) ___ _ 4 5AND,fan,w/gravel (FILL) _ 2.5 g ANaY CLAY,light brown,wl gravel and Iron 3,0 25 5 5 stones,stiff (FILL) CLAY/SHALY CLAY,dark brawn,wl calcareous nodules and occasional ironstone seams and fractured limestone seams,very stiff to hard 4.5+ $0 70 26 44 20 4,5+ 14 114 12300 10 LIMESTONE,gray,wl shale seams,very hard 0010.75' 15 00/0.75` 20 ——---- --———————__ _----- ti 0 0 C7 Z a 0 m p PLATE A.� LOG OF BORING NO. BH-4.1 M ENGINEERMG INC. project No. Boring No. Project Upper Clear Fork Drainage Basin Parallel lnterceptor mp ovements 103-17-249 BH-5.1 Vicinity of Trinity Park and Clear Fork Trinity River-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25.0' 1 Date 8-14-17 _ Surface Elevation Type CME-55,w/CFA 0 LL p � tv Stratum Description o z� o d a () G1 3 u" i� � s in '=r n4 nc E G U3 as,'U 0-E m E T v o o c,n c o q Q M0.F- n.v) �-J IL Q] n-J Z)Un. ASPHALT,5.5 Inches thick SILTY CLAY, brown,w/sandstone and gray 4.5+ 15 limestone fragments,hard {PILL) 4.5+ 16 SILTY CLAY,dark brown,wl occasional calcareous 4,5+ 81 43 17 26 18 nodules,hard 4.5+ 18 5 4.5+ 16 21 SANDY SILTY CLAY,light brown,brown,and gray, wl calcareous nodules, hard 4.5+ 16 11S 6310 10 CLAYEY SAND,tan,wl calcareous nodules and highly plastic clay seams and layers 1.5 86 59 20 39 22 15 LIMESTONE,tan LIMESTONE, gray,w/shale seams,hard to very hard 00/0.75' 20 00/1.25' 25 ———— ———————— ———————- ti O N Q M "i U a c� cti ti m o_ z z O o �i-�►T� LOG OF BORING NO. BH-5.1 "� M ENGINEERING INC. Project No. boring No. Project Upper Clear Fork Drainage Basin Parallel Interceptor mp ovements 103-17-249 BH-7.1 Vicinity of Trinity Park and Clear Fork_Trinity River- Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 20.0` oate 8-9-17 Surface Elevation Type Simco,wl CFA 0 ri o o 0 Stratum Description � ,� a U� m ❑� a Er- U ❑ � y � 'ate m= +nab .�� ,n ca o w� �� a � lr coo 0o c Ga W CY � o CLAY I SILTY CLAY,brown,w/calcareous 4.5+ f 13 nodules,hard 4,5+ 12 -w/limestone fragments,possible fill above 1' 4,5+ 12 4.5+ 11 4.5+ 12 5 4.5+ 94 56 19 37 16 4.5+ 16 10 -gravel seam at I SILTY CLAY, light brown,w1 calcareous nodules — 4.5+ 15 117 6750 15 and deposits,very stiff to hard 4.25 82 1 17 28 19 d , N 0 c� 2 U ai N r P z a m _ u. — o PLATE �.10 LOG OF BORING NO. BH-7.1 ENGINEERING INC. Project No. Baring No. Project Upper Clear Fork Drainage Basin Parallel InterceptorUNp ovements 103-17-249 1 BH-8.1 Vicinity of Trinity Park and Clear Fork Trinity River- Fort Worth,Texas Location Water Observations See Plate AA Dry daring drilling; dry at completion Completion Completion Depth 20.0' Date 8-9.17 _ Surface Elevation Type SiMGO,W1 CFA ri o m ry LL E n o.c v .i v.p ti � o It IA� fl Stratum Description o o � 4 w J G C/i cNn.� v'P m l �d v n o c c o 0 [Y [L W rl.I-- Q.v) ;D D i1_3 Cl 2i U a...1 a U a. SILTY CLAY,brown,w/limestone fragments,hard (FILL) 4,5+ 77 35 16 19 11 4.5+ 13 4.5+ 12 SILTY CLAY,dark brown to brown,wl calcareous 4.5+ 17 5 nodules, hard 4.5+ 21 106 12370 4.5+ 45 15 30 17 10 4.5+ 14 15 4.5+ 31 41 17 24 14 20 ---------._._----------------- 0 N m 0 U r' Z 0 O CU 0 LOG OF BORING NO. BH-8.1 ���� A•1 Project No. Boring No. Project g�rcle�ttrrcIN� Upper Clear Fork Drainage basin Parallel Interceptor tnp ovements 103-17-249 BH-8.2 Vicinity of Trinity Park and Clear Fork Trinity River-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 16.0• Date $_9-17 Surface Elevation Type 5imca, wI CFA �- T pYa z o �u' a) �(A Stratum Description o a LL U ❑ �'I�K i� a�i -a o x ;Ca) o�U_ E. .r m 'o ' ao O � Uj 'ME n o cu-J co CK mil� Mr :� a:r a5 �c3 nC)M SILTY GLAY,brown,wl limestone fragments,hard 4.5+ 10 (FILL) 4.5+ 7 4.5+ 6 4.5+ 93 42 15 27 7 SILTY CLAY,brown,wl tan sand seams and layers 4.6+' 10 5 and occasional calcareous nodules,hard 4.5+ 93 38 18 20 15 10 4.5+ 18 4.5+ 16 106 4730 15 ----------------._------ h 0 m fl U a U` ai N 2 U 9] _ 0 0 LOG OF BORING NO. BH-8.2 PLATE �•� Project No. Boring No. Project - ENCTNEEdINc WC, J J Upper Clear Fork Drainage Basin Parallel Interceptor mp ovements 103-17-249 1 BH-9.1 Vicinity of Trinity Park and Clear Fork Trinity River- Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion completion completion Depth 36.0, hate 8-8-17 _ Surface Elevation Type CME-55,wl CFA M g Z a Co ai M a m z fit% mw ❑ Stratum Description o o r� �,o o o T LL, ai x . a� LlU a Qa U U c u'i > '�:C w.L- 1n w .�c m L) E a r1 i O N MA 6� N E q 73 O O C� - O SILTY CLAY,brown and dark brown,w/concrete 2.25 18 fragments, limestone fragments,asphalt fragments,and occasional sand and gravel,hard and very dense (FILL) 10014,5' -stiff above 1' 5 -w/abundant concrete and limestone 100/51, fragments/boulders,Zito 5' 4.5+ 56 40 14 26 10 1 Q 4.5+ 10 15 -w/abundant concrete and limestone fragments/boulders at 15' 20 4.5+ 1 44 46 22 24 13 4.5+ 7 122 -w/abundant concrete and limestone 10013" 3Q fragments/boulders below 29' 10017" i3 m c� U a f9 N A M 4 CO O o LOG OF BORING NO. BH-9,1 PLATE A.13 Particle Sizo Distribution Report C F 0 Q P 100 I I i l l I l I I I I I I I 1 1 1 I I I 1 I I I I 90 - I I I I I I I I f I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I 1 1 1 I I I I I I I ! I 1 1 1 1 1 70 I I I I I 1 1 I I ! I I I I W 60 I I I I I I l I I I I I I I U- I I I I I 11 I 1 I I I I I z 50 w 0 I I 11 1 I I I 1 I I I I I 40 I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I 30 1 1 I I I I I I I I I I I ! I f I I I I I 1 I l u l l 20 I f I I I I I 1 I I I I I I 10 I I I I I 1 1 I I 1 1 1 1 1 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE -mm. +3„ %Gravel %Sand %Fines Coarse Fine T Coarsel Medium Fine Silt Clay O 0.0 0.0 0.0 0.0 0.4 6.3 47.0 46.3 LL Pl_. Daii D60 D50 D,3 0 D 1 F, Din C C11 b 44 16 0.0598 0.0166 0.0063 Material Description USCS AASHTO p CL Project No. 103-17-249 Client: Kimley-Horn&Associates Remarks: Project: Upper Clear Fork Interceptor o Depth: 9-10 Sample Number: BH-3.2 CMJ ENGINEERING, INC. PLATE A.14 Fort Worth Teas P rticlo Size Distribution Report s •I 0 �0r o a o (fl M N r r n _ # 3t # �k 1001 Jill 90 f I I I I I I f I I I I I so I f I l i i t I f f l l l f 70 I I I I I I I i I I I I I I so Z 50 U ! I I f l f l I I f l l f f rr I I I I I I I I I I I f i f 0- 40 a I I f l l I I I I I l l i l ! I f f l f l f I I l l f l 30 I I I I f I f I i I f f l l I f I I I I I i I f l 1 1 1 20 I i I I I I I I I I I i I f I I I I I I f I i I I I I I 10 I I I I 11 f I I l l f i i I I f l f l 1 I I l l l f o 100 10 1 0.1 0.01 0,001 GRAIN SIZE-mm. *3„ % Gravel %Sand %Fines % Coarse Fine Coarse Medium Fine sift Clay 0 0.0 0.0 0.5 0.7 1.5 11.1 35.4 50.8 LL PL D Do_ D D ❑ DIn C C 0 59 20 0.0732 0.0331 0.0043 Material Description USCS AASHTO 0 CH Project No. 103-17-249 Client: Kimley-Horn&Associates Remarks: Project: Upper Clear Fork Interceptor 0 Depth: 14-15 Sample Number: BH-5.1 CMJ ENGINEERING, INC. Fort Worth Texas PLATE A.15 Particle Size Distribution ep®r� C O O n C E- F 14� G C O O (0(� O �0�p O V O 24 e> N 100 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I l l 80 I I I I I I I I I I I I I I I I I I I l i I I I I I I I 70 I I I I I I I I I [ l l l l LU 64 Z I 1 I I I I I I I I I I I I LL I I I I I I I I I I I I I I z so LU I I 1 1 1 l I I I I I I I W 40 i I 1 1 1 1 1 I f I I I I I �o i I I l i I I I I I I I I I I I I I I I I I I I I I I I 20 I 1 I I I I I 1 I I l l l f 1 I I I I I I I I I I I I 10 I I i l l 1 1 I I I I I I I I I I I I ] I I I I I I I I 0 100 10 1 0.1 0.01 0,001 GRAIN SIZE - mm. %+31F %Gravel %Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 0.0 0.3 1.6 16.5 37.4 44.2 LL PL DgS NIL_ D D30 p ___DAD CrC 11 0 45 17 0.1039 0,0227 0.0080 Material Description LISCS AASHTO o CL Project No. 103-17-249 Client: Kimlcy-Horn&Associates Remarks: Project. Upper Clear Fork Inte3•ceptor o Depth: 19-20 Sample Number: B11-7,1 CMJ ENGINEERING, INC. PLATE A.'I6 Fort Worth x Teas Particle Size 01strib"tlon Report C G G C C O (O3 C3 �C3 f0 M 100 I I I I I I I I I I I I I I I I I I I f I I I I I 90 I I I I f I I I I l o l l 80 I f I f l l I l I I I I I I I I i I f f I I I 1 I I I l l 70-- "Wil I I w 60 1 I 1 11 I I I ! I f I I ! F I ! I I I I I I I ( I I I I z so I I I I f I I I I 11 1 1 1 0 40 ! I I I I f l I I I I I I I I I I I I I l I I I I I I I 30 ! I I I I I I I ! I I I ! ! f f l l I I I I ( I I I I 20 1 1 I I f I ! 1 1 I I I I I 10 I I I I I I I I 1 I I I I I I I I I I I I 1 1 I I I I I 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. Gravel %Sand % Fines +3" Coarse Fine Goarse Medium Fine Silt Clay 0 0.0 0.0 0.1 0.2 1.1 &0 46.2 44.4 LL PL D D60 D5p D D D G C 11 0 41 17 0.0575 0.0191 0.0080 Material Description USCS AASHTO 0 CL Project No. 103-17-249 Client: Kimley-Horn&Associates Remarks: Project: Upper Clear Fork Interceptor 0 Depth: 19-20 Sample Number: BH-8.1 CMJ ENGINEERING, INC. Fort Worth, Texas PLAXE A.17 Particle Size Distribution Repork G O C. O C C C F O (Op {� �A (O N n „� M 100 I I 1 1 1 I I I € € I I I € I I I I I I I I I I I I I I 90 I f I I I f I I I I I I I I ao ! f 1 7 1 I I I I I I I I I I ! I I I I I ! I I I I I I 70 I f I I I f ! f I I I I I I 60 I I I I I I I I f I I € I LL 50 ULU v I I 1 1 1 I I i I I I I I I f I I I € I I I I I ! I � 40 s0 I I I I I I I I I I I I f i I ! I I I f ! I I I I I I I 20 I I € I I I f I I I f l l l I I I f f l i I 1 I I I I I 10 I I I I I I I I f f l l 1 1 I ! I I I I I I f f I I I I 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE _ mm. %Gravel %Sand — % Fines Coarse Fine Coarse Medium Fine Silt Clay ° 12,1 14.3 19.6 12.5 31.6 ILL PL D85 Dgn D50 D D15 DIO C c C 0 46 22 3.3710 0.3256 0.1590 0.0042 Material Description USCS AASHTO ° SC Project No. 103-17-249 Client: Kimley-Horn&Associates Remarks: Project: Upper Clear Fork interceptor 0 Depth: 19-20 Sample Number: BH-9.1 CMJ ENGINEERING, INC. PLATE A.98 Fort Worth Texas Enterprise Compliance T HIM FACIE L EIF T ffN7E1"4T1GNAIL Y BLANK CITY OF FORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY OF PORT WORTH UPPER CLEAR FORKINTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORT City of Fort Worth Minority Business Enterprise MBr Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: -11VV11ri NON-MIWIOBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this farm, in its entirety with requested documentation, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifi cations_ The undersigned Offeror agrees to enter into a formal agreernent 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 gfounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications, MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier; means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor- to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"1 ties. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollar's towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the. 1416E listed owns and operates at least one fully licensed and operational truck to be used an the contract_ The MBE may lease trucks from another MBE film, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement,_ Rev.2110/15 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Minorily anrl-nori-MRF9. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER 4 Company Name T ary Detail Detail Address i M W Subcontracting Supplies Dollar Amount TelephonelFax e B B Work Purchased Email r E E Contact Person El 1:1 El 1:1 El F-1 Rev.2110115 FOI--.�TwORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., tblinc,rltV and noh-MBE... MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B Work Purchased Email r E E Contact Person E El 1:1 El El Rev.2/10115 Fou WORTH ATTACHMENT 1A ­11� Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non-MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL. SUBCONTRACTORS/SUPPLIERS $ The Offs ror will not make additions, deletions, or substitiAons to this certified last without the prior approval of the Minolfty and Women Business Enterprise Office through the submittal of a Request for Approval o OhangelArrld+fion form, Any unjustlfled change or deletlon shall be a material breach of contract and may result in debarment In accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted. it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBEs) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone andlor Fax Address E-mail Address CitylState/Zip Date Rev.2/10/15 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MAW/DBE NON-MM/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if bD1h answers are yes. Failure to complete this forrn In its entirety and be received by the. Pu.rchasinq Division no later than.2.:00 _p m,t on_the_second City business.day afierbid.opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The. 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) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the. MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.211 Oil 6 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE 1310 DATE. City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If the Offaror slid not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form, If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, In Its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m, on the second City business day after bid Opening. exclusive of bid opening date, will result In the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting andtor supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10115 ATTACHMENT 1 C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I 1 No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (if yes,attach email confirmation to include name of MBE firm,date and time. In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE. The flour methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that elther at least two attempts were made using two of the four methods or that at least arse successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MSE list specific to each subcontracting and supplier opportunity to be in compliance with cluestions 3 t?rough 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110115 ATTACHMENT 1 C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the MtWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use "N/A"if not applicable. Name of City project: A joint venture form must be completed on each project RijP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the join t venture MBE firm Non-MBE firm name Tname: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: Email address Name of Certifying Agency: = — 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110/15 Joint Venture Page 2 of 3 3. What is the percentage of NME participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales -------------------------------------------- ------ c. Hiring and Firing of management personnel ---------------- --- - ------- --- - d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts Name of MB) firm Name of non-M E firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 ,before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (se4o Rev.2110115 GC-6a07 Wage ]dates THIS PAGE LEFT INTENTMNA LILY BLANK CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy, Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 - Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Saver $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2of2 G,C 6.09 7ei°mfts and Utilities THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF FORT WORTH TIPPER CLEAR FORK INTERCEPTOR IMPRO DEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY OF FORT WORTH UPPER CLEAI?FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 UNION PACIFIC RAILROAD COMPANY Reall Estate Ceparlanertt R.D.Uhrtch J,L.Hawkins Assistant Vice President Pire0ur-OperaWns Support J.A-Anthony M.E,Heenan oirecter•Canlracts Oiredtor-Adminlsnation&Sudgets t]:6.Brown Urectai•Real'Estale D. Lo0leat l=state ne pitec:}ar-Pe M.W,Case K Love General Qfrectdr-speefal ProPertie3. 1800 Farnam$greet A eclat--iral Estate J.P Gade Omaha,Nebraska 68102 DiroOor-Faojlity Management Fax;{402)097-3mi Au . st 27 2001 FIL E COPY Folder No. 1020-74 MR- FRED SCOTT FORT WORTH, TEXAS, CITY OF 92-7'TA.YLOR ST. FORT'WORTII TX 76102 RE: Proposed Wastewater. Pipeline Encroachment ofRailroad Property at.Mile Post 249.90 on the Baird Subdivision at or near Ft Worth, Tarrant County,'Texas. Dear Fred: Attached is your original copy of our Agreeement, fully executed on behalf of the Railroad Company. When you or your representative enter the Railroad Company's property, a copy of this fully" executed document must be available at the site to be shown on request to any Railroad employee or official. If this construction is to be done by a contractor, before work can begin, the Contractor's .Right of Entry Agreement must be executed by the contractor and returned to me, together with their proof of insurance,as provided in this Agreement. In accordance with the terms of the Agreement, you are required to notify the following Railroad Company's Manager of Track Maintenance and the Fiber Optics Hat Line at]east 10 days in-advance of the date you Flan on entering the right of way for further instructions and approval to commence construction. Mr. Charles L. Cutrer,I1RI M Union Pacific Railroad Company P,O.Box 2368 Rm. 305 Ft.Worth,TX 76113-2368 Phone: 817/879-0843 Fax_ 817/878-4562 Fiber Optics Hot Line. 1-800-336-9193 FORT WORTH, TEXAS, CITY OF Page 2 As an additional note,the casing and carrier pipe must be placed a mirnrrium of two (2) feet below any existing fiber optic cable. Any open excavation required within five (5) feet of the fiber optic cable must-be dug by hand. All future insurance notices should be forwarded to: Real Estate Department Folder No. 1020-74 Union Pacific Railroad Company 1800 Farnam Street Onmhk NE 68102 If you have my qucstims,,please contact me at(402)997-3623. Yours truly, Ma rosy Contracts Representative ORIGINAL PLEDOC 080220 Form Approve-A,AVP-Law Folder No: 1020-74 LONGITUDINAL PIPELINE ENCROACHMENT AGREEMENT Between Mile Posts 248.50 and 249.90,E Baird Subdivision Location: Ft Worth, Tarrant County,Texas MS AGREEMENT is made and entered into as of October 18, 1999, by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation (hereinafter the "Licensor"), and FORT WORTH, TEXAS, CITY OF, a.Texas municipal corporation, to be addressed at 927 Taylor St., Fort Worth, Texas 76102 (hereinafter the`Licensee"). IT IS MUTUALLY AGREE)) BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. LICENSE FEE Upon execution of this Agreement, the Licensee sill pay to the Licensor a one-time license fee of ONE HUNDRED SIXTY-EIGHT 'THOUSAND FOUR HUNDRED FIFTY-FOUR DOLLARS ($168,454.00). Article 11. LICENSOR GRANTS RIGHT. ln con.sideratimi of the License Fee to be paid by the Licensee and in further consideration of the covenants and agreements herein contained to be by the Licensee kept, observed and performed, the Licenser hereby grants to the Licensee the right to construct and thereafter, during the term hereof, to maintain and operate pipeline encroachment for conveying municipal wastewater only (hereinafter the "Pipeline) in the location shown and-in confounity with the dimensions and specifications indicated on the attached print dated April 27, 2001 and marked Exhibit "A"_ Under no circumstances shall Licensee.modify the use of Pipeline for a purpose other than conveying municipal wastewater, and said Pipeline shall itot be used to convey any other substance, any fiber optic cable, or for any other use, whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement. Article III_ CONSTRUCTION,MAINTENANCE AND OPERATION. The grant of right herein made to'the Licensee is subject to each and all of the turns, provisions, conditions,limitations.anal covenants set forth herein and in Exhibit B,hereto attached. Felder No. 1020-74 Page I August 21,2001 Article I V. IF WORK IS TO BE PERFORMED.13Y CONTRACTOR_ If a contractor is to do any of the work performed on the Pipeline (including initial construction and subsequent relocation or substantial maintenance and repair work), then the Licensee shall require its contractor to execute the Licensoe's form Contractor's Right of 1✓rs A reeinent. Licensee acknowledges receipt of a copy of Contractor's Right of Entry A eenaent and understanding of its terms,provisions, and requirements, and will inform its contractor of the need to execute the Agreement. Under no circumstances will Licensee's contractor be allowed onto Licensor's premises without first executing the Contractor's Right of Entry A reement. Article V. INSURANCE A. The Licensee, at its cxpense, shall obtain the ms:urance described in Exhibit. B-1, hereto attached. The Licensee will also provide to the Licensor a Certificate of Insurance, identifying Voider No. 1020-74k issued by its insurance carrier corifirnlirlg the existence ©f such insurance and that the policy or policies contain the following endorsement: UNION PACIFIC RAILROAD COMPANY is named as. an additional insured with respect to all liabilities arising out of the existence, use or any work performed on or associated with the 'Pipeline' located on Railroad right-of-way at Mile Post 249900 on the Baird Subdivision/13raneh, at or near Ft Worth, Tarrant County,Texas. B. If the Licensee earned in this Agreement is a public entity subject to.any-applicable statutory. tart laws,the limits of insurance described in Exinbit.B-1 shall be the limits the Licensee then has in effect. or which is required by applicable current or subsequent law, whichever is greater, a portion of which may be self-insured with the consent and approval of the Licensor C. All insurance correspondence shall be directed to: Folder No. 1020-74 Union Pacific Railroad Company Real Estate Department .1.800 Farnam Street Omaha,NE 08102 Article VI. TERM. This Agreement shall take effect as of the date first herein written and shall continue in full force and effect until terminated as herein provided. Article V11. SPECIAL PROVISIONS Upon completion of the installation of the pipeline,Licensee agrees, at its sole cost and expense,to pave the Railroad Right of Way road within the Iimits of the pipeline, such paving to be done in accordance with Exhibit C attached hereto. In addition,Licensee shall be responsible for the cost of flagging or other protective services or devices provided by Licensor. folder No. 1020-74 Page 2 August 21,2001 Sections 1(a),4, S(a), 10(a)and 13(b) are hreby amended as follows- Section 1 LMUAUON AND SUBORDINATION OF RIGHTS GRANTED (a) This grant is expressly subject and subordinate to the present and future right in Licensor, its successors and assigns,lessees,grantees and licensees to maintain, use, operate,and renew on, beneath or above surface of the Property any telephone,telegraph,power, communication or signal lines,poles and/or appurtenances,fiber optic communications,tracks,roadway,pipelines,structures, improvements or facilities of sinular or different character, as now located,and to construct,install, establish, arid thereafter maintain, use-,operate and ronew on,beneath or above the surface of the Property,any or all said things provided the same do not materially interfere with Licensee's use of the property as liereinabove provided; provided further,however, the foregoing condsitions for future construction and installation shall not apply to railroad tracks and appurtenant facilities which Licensor,its successors and assigns,shall have the right to install,construct,maintain and operate on,over or under the Property at any and all times. Upon the determination by Licensor that further tracks should be built on the Property and such future Railroad use will require-encasement, reiuforeernent; relocation, or-modifications to the Pipeline,.the work and the costs of such encasement,reinforcement,relocation, or modifications.shall be by Licensee. Section 4 LICENSEE TO BEAR ENTIRE E�ENSE The Licensee shall bear the entire cost and expense incurred in connection with the construction, maintenance,repair and renewal and any and all modification►, mvisioni,relocation, removal or reconstruction Of the Pipeline,including any and all expense which may be incurred by the Licensor in corns Qn.therewith for supervision, inspection,flagging, or othervvviseS such expense to be computed in accordance with Licensee's customary practices. Section S REIIIFORCEMENT RELOCAT-TON OR REMOVAL OR PIPELINE (a) In the event that the property is required for Railroad purposes,Licensor may upon no less than six months'written notice to Licensee,require incasement,reinforcement,relocation,or other modification to the Pipeline in accordance with Lieeasor's reasonable standards so as to accommodate Licensors use of the Property. The encasement,reinforcement, relocation and/or modification shall be at the expense of Licensee. Provided,however,that this requirement shall apply only in cases of strict necessity and shall never be construed to allow a Railroad use which would defeat the fimdarncntal purposes of the Pipeline constructed by Licensee on the Property. Section 10 INI3EMNITY (a) To the extent that it may lawfWly do so,Licensee herchy assumes and discharges Licensor from, and shall defend, indemriity'and save harmless Licensor from and against, any and all claims, suits, damages,costs(including attorneys' fees), losses, outlays,and expenses of any nature whatsoever(P)in any manner resulting from, arising out of or incident to the installation, construction,maintenance,repair, reconstruction, relocation, removal, use or existence of the Pipeline and appurtenances thereto, or any part thereof, 'including the breaking of any part thereof and any leakage therefrom, or(2d)resulting from or growing out of a�iy failure of Licensee.to comply with or perform any of the obligations, terms or provision on Licensee's part to be complied with or performed Hereunder. Licensee further agrees to assume all risk Qf loss or damage to the Pipeline regardless of how caused;provided, however,the foregoing inderxrnification provisions shall not apply to any claims, suits, damages, costs,losses, outlays and Folder No. 1020-74 Page 3 August 21,2001 expenses for which Licensor shall have been fully compensated through the Licensee's insurance required herein. Nothing eantained herein shall ever be construed so as to require Licensee to assess,levy or collect any tax to fiord this indexnuufication obligation_ Section 13 TERMINATION Section 13(b)of the ExhibitB,hereto attached,is hereby deleted. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed as of the date first herein written. PACMC RA ROAD COMPANY By. W Director—Contra TO �'p#il� AiiD '-EGA X: FORT WORTH,TEXAS, CITY OF AFROVED AS1 ASS stant it, pttornej Title h Folder No_ 1020-74 Page 4 August 21,2001, loll' Saruon t. (af p. Tgrjsw,Wp,opwcde, unc+and rnPirttedn its Andre prap>7r:ty incicidlrtg the rigiitand pour of fit#ilcnas r_% or other wirallnpe, PIPOIL ws arse olhtar rczc12958 charge, modify ar rolot:crto roilroad traeka,aignaL ca upon t'I.ong dr ocros9 ' ropwrty,all or rmy of whkh may be,fro ply dar'v 09 aray l ems or tlmR9 by 1}3a leortzt�r (b,l Tho foregoing grant fx cd=sub)act la allautstrr=dl V xliperior ri9hk(including those InImor of IfcanSees and log ntaibis of tha Uconsata.property. amdoiherc)-and the right of thaUcemor torenow and oxiend the berme,arid-is.made-vilhoulcove»=t,.01 Utie or for.quiat rrtjoymstlt. F Soctlon 2. (der . The piipelineaballboc©r lruetcdopi3rrrtii+� n ntcanrsd:ropcdrndrmtiewetl rr�odiEledmx nr�cc+eoriatruciodbyt}x�Iican+roa irs rttriet r:arsfaxztlLty with L'rtion Pnclfic Railmad Ca. Common Slandurd Specillcurtion 1029 adopted Novembor Mg, 4oid elf mm®ndments tlxsrvtsl and supplements tbcrato.wVch by No roraronce tz h$roby made a parlhareof, e:fc�F11 cm may be modlD.d and approved b}a Uho CStasvoes Vlca Prealdorst•Englnetarfng ServlcBa, in tha evvnt such Specifleutlon confUcts In any respect wflh tho feq%irordanix 01 cvlyfadoral alerto or rntusfcipvi law or rDgv1vVott such roq+.+► amcnis shall govern an crlf poirsh of conl'l.[ct but to o3 other roapoctn thtt Spoctficatt.oi-Lshall apply. tb) All wort[ pnrforrr►ad an propt►1't7 of the Llcartror h co=artlon with 1her cowtnu tforL indater�e, repair, run awaL rrcodUica[(onear re anstructivrsat kho Pipolin"e shall be donalo rho srsiisfetcrlonof be f fcetu4or. icl prior to Lho commorcOmen(6[arwworkineonnoctien with tho comtrucUdm rtfCdnterla av- Mpstlr,renewal rr4cUcatlott, roldeaflam reconstruction yr rc+reojofll of ihq Rpollna wbarm f1 passes undarno-atlz the mQ�vd and herd:as trrrcl3 of tho I lcsrupr, rho f.tcumoa shall itubrnit to 1h4 f.lcOtu,nr nl, ►,&soli ny scut tho tnoihod cmd rr m-mar of hopes the work.inr]uding Uw.bhorbV raid ctrvb ng, if try, requlrstd 10 praloal thn LiCvnsc„R op*,ralions, oa:d shall not proceed vA h rho-work until ouch-plans hmm boom approved by lho Vice Prerriraanl-EnQ(rtoori 9 Ses-vlco:1 of the!Arpmorand than the work shall bn db"to iho aat[aL r,Jfnn of aw Vice ihariaed reproaD[]Iadya.T!@-Licenza shag haY0 tho rlgl tL Ir It 8n olecls- la provlds such- Fra91dgf11-gyg+,twpritlg c�Ote7lC0�QT 11lII cW support an it7ncty doom r3ecr;ssayy for"safety of(b irracknr tracts riuring the llrnn of cot�s:iilicbort rnain(or+�ce, rcp¢lr, r�tsowal MadWacrUon. ratoeatfort icpcoruiructlon or ramavcd of the Pfpoli.", emd in thn ovunl the f.lcensor provident such support, thta licrruao a}tall pay to t}tio+ L]cattscT,wfthln flfkrton Il5)slays+afterbiJla shall ha�vo Coen randemd thareforr all oxpoma Incurred by the Lice-asar Ln connozdon tharowllh.widch orponaa sh&include a 5islgnab'o costa. Ed] 7ho Uconroa nosh kgop emd maintcztrs the sod ovsr tivs lslpalfna-Il,omugl,ly eo3npactnd m d the grade CrVon with rile trdJ=Qnl svrfraco of tho grroUnd- Section 3. F if etnergnncy should arife regttitirui Jmrnedialeotlentlon Ilse.Licam'!D Shall provides aLa much natica as pracUcable to I fcart9vT>3aforo Comm"c'tng any wark, 1n all other si:ualiolu,the Licaroso.ahall nuEfy tho Licomor art loast tors(101 days for such other lima m the Lice may a11Qw1!n advartcs of the cortlRlatsc0mctit of cmy work ttpoh ptaplrtly of the l icen9 of 1rs cvrinHcitnrl with the.corjtrucklor--risainlenabt;o. repair,ronowo). madilicallan tvs 6mLr=9o1% reloca:lion or ramovel of the PlpeUo, All such omletl "�`''•: work t:haft fao prosecuted diligi•nlly to corn p c S voUon 4. 41 ,. r.ttpair arA ror awal and cMy am an madtfte:at'son r s no peling.Inelucl;ng miy curd rats t KJN �� rSdJbN f3 pls.e.t5 �' L� AUG 27 2001 10 r 54 f317" PAGE.02 -'Vu c 4i/G4 lJJ �1 , . .U, ,..• L .1 "I lr� 5.... ..liwA 4. Y slrr4u'1 , .L iJ' LL. P LE F+rrn�.,.�ve4 gvF•tAw Gv 5artlart .. e-t�r+aad-�fn- (a) �� a,or rnos�o the Unpr+ose�t:st?nt and We of its prap.artf said Use L'Cnn%>ro ahal! at ttw:crie nxxrarraa of Qu or�ypartion aI the Pipatine ko rue p•tine rom.puchprop-rty :is tho,Llceworrnaydaafgnaty, ib1 Itll the.tarns,carldltlam and x9pulaifons haro[n exprassed ern4h ralarence la tha PipoUne on pruparty of tba Lice ruor fan the locution}orrinhafore deathbed shaI1.90 far rl the)sipellno ramciru on the proPert}' aPply.kn the Pspellrxa as rncdllfs4 ohxrrsg.rd or rolaGaied-Wi.tlrin tho contempla&n pf tflfs s er-don. Sactlor4 S. C S d no R..ptllne oridtsll party therevl v►�itl'urs and outside of L)krrilto or pmperky of the Lccnrlor shall l0 corulr;,r~ti�1 cttui 5r1 all timer.maintained.rvpafradr ranewod cmd operated in such meaner as to caw a era lnterfemnCo whalUoml r�r{t15 i co tont, conlJnlratrx and unlntarruplad too n!t}sa htacks. property and f6c[lWo9 of ilia Licensor; and nesthiag a�)Do dome or nulforod to be doing by the Lfeatiioe orl ttmo thalwould 1h any,manno-r Ln%pair thaaalelY thereof, S.sctlon 7_ PR0FEC�N C7F FIBER�pT[C trAJs (a) Fiber optle cable eysi6mb malt he buried on th- D Ucewor* property_ ProioC1lon of kho fiber optic cable eyatomn ES of extrome lsnportrmca 4r+ca my brook could d;srupt service In uzors resulting to burinesa Interruption and lea a cf rovonun rirtdprotfts. LicanFoo sho�ll lalepho" late L.lcnr►yar et 1-1100-;l31-SM(a 24-Dour nurribad to dslarrrs no ff frbcr optic cable 13 1,uHad mtywhara an the Uc.nnor's grorlv,soa tra ba inert by rho llcew'9 O- Yi It is, Occl wM tslafh6na tke taleccrrrrmursicoLbr`a CornpanYpaa.} intiolved, r n=Vo for-a cabla!OM1104 makn urra rmR arnerti s fir rslomtJon or olhvr piliiiof the A$er apdc cable,all at L.icarveais asrpexsse.curd will copunanco no work an the right of way unli)all such proll or relocation has been accompiltihod. Licens as ahaU kndownify.card hold the Llcil}dnminxs irotn rnta rsgainsl all casts, llab[ltky and oxperue wherksodv,sr (L1cku4ing without LinlllatlorLkatiornayu'fr.,3s, court coats arc$a>Lpamez).a[tsirsgout of er caused L-temy waY by Licensae'8 frilure, to cornplywfth the pra�riefona-at"R pgrargpxpk (b) Ln addMon.to s3'thnr indoninliy. provisioty In khan Agre amant. ii Leenaen Rhcxll Indorrsrslly and hald thv.LiGoivar 1>il==�ens Irem W�d ugainsl a tests.Uab[llty and mrpanao whatisouvor((ncludhV.vxithout Wnftation, attornDr'few coM ccata mid axpenxax) caw ed by Lho nagligoroce of iho-Ucenge v.lis control agents randlar amployens,ranu.ldng[n(1)tray dsutsaVa to or destrw6lon of=y telecommurvaactions syctorn on Ltconsora proporty. cmd/art2)easy tar(usy In or dnatks of any parson ornployod by or an behalf of any IolocgrnmttnicC"iarsa ccrrtPcmy.andlorlts aonlraclor. agerlb c rdlor ernptoyona. on Mcomoya prvportf; oxxapt 0 each tagtn_ lichilitY or expar>5vx m^tr caused salaly by the direct acQva nogilgorsce of the LJcansar. LkamDo turtlwr cgr%ms thoxi it shall rMi have or seek rac'o4irlo agaiml licensor for wiycl6m orcduxa.of actbrs,for Qlloged lmss v(profifa.or rMnuo or laser ai sarvica OF all-LOT sonsriquantfal acLnago to a tolor:ommurticatipn company wingLicranaor's ploparty or a cuslomnr or user of aervitax a[the fil;or optic Goble onLlceruor"S property. Soctinrr 0. Sal. (a} T e Llavmea ghcU fully pay for all rontorlals Jo(nod or vlfi,sod to and]a-bar poriormed upon property of th.o Ltransor in cannardon with tho eonstruetlstx mcinierrathca,rmpalr,rsrtt waL rnadd;ca dart of reconstructlors u)the RpaUnrs, and chcdj not FosrrrO or sulfur any mechcxr c'9 or rnatorfalmart's lien of any i;lrW or native to by arlorcod ragdnsl the property far any work dcs'xr or Matoricila ftaT6hod thoroon at the insl,=ca orrac;uesioronbehalf o.(ihe IJcamoR. 1"heUconspa shallindanu'djymsd hold hWTTda nnr 8d Lh a;.ice Fuor agadrat=d from any and all 1aris,claim}.dnrn=d%-casks and-Oxpensur of whcxtsoever Wuro In any waY o ruith 0r,grow(rig out of such work dome.labor perforrnocL or materials firma?sod. (b) Thw Licorisea shall prom pkly play or cltKcho+ga all tmcesr.cr> a mid rmaeS3m on13 Wrd upon.In rrrspeet tfl,Cron occbunt at the Pipolirrar to prevent the splmo imam bacoming a charge or Ilcn upon.ptapKitly of tho Livaruor. and xo lhert tho icn409,chz[TgO% crr,d naaa?aamenta lcv(Ad upon ar to raxpsrt to such properly Add not bt lrtcracsod bacau.70 of the location constnsction ar rnai.nlonanca of the pipolinrr or cmy improvarntent, appliance or future connected therevAth placaci upon such property, or on account of the 1.ce sews inlerest thc.m1n. Where such tmc charge or asseasmBAt may nos be s operratdly made or ussexted to Ute ,ic.nt! fai,i ef! ib;f t; 11 n 77 Daft]i t r:+ .tr�7c7c7h. 7� vor:c i RUG 27 2001 10:55 P1 7 a^: tr,x 1 anr= �� HUU iIL GLSJ J, iJv'JJ , 1• J• ...• ti.-• -v +. ...��.. ... ......� �.. 7L4 y■M1LTi .Form 0. Nq.AvP•l.aw ,,unable pmporden of auchiace9 dolQnTdnod br tho valuo or rile LlcQrL%eo'•e prop©r Y upon ,roperly of tha llcoMor as cnmprued with tho Onti.ra value of such prtsper(lr_ Section 9. KaloRh°17nnr C)>"I��C�C�'S jr,iho bvont.dla Ucaruor authclizvs the Licastio4a to lafv dawn cmy donan of lho B=oYuor or intny Thannar Move or tits turb any of the athor pmparly of 1ho l icorwar In connoction arith the construction, rssCdn1eaezncu, repair, ronowaL rnodlf;cag—oru rocorulructicn. reloecstlOn ar rsmavnl 011ho 17tpaliitn, lhanfn that avant tho lAcaruoo shcrfl, as.sooneit pos:0AP cmd qt�Uca ap0'B s site oxpvrus,rrrxtcra such fanaet and other property to the same.corditton ox jjw�hold Drh=rr�before auch Licar�la a a z ome tak.Ort d own or afsch cellar propertywa"s mood or dlslurbad,and the Licensee shcH WurnrVY Qr,d atrtplpycog,.cgcri►rat cmd born may mid all Uablllty, lass,rfcznaga_v,clai nza.dorncnuia,co-Or and�t"ru"a(wl,aLlonvornature, lrncludi V court coat, and altQeittya'fag:.w1-ch rnoy Tesult froin Wury to or d'eaLh of peisoru wbomeooM dr damage to or,lea g or davr=tfon oyl propertywhatsacuver.when such Injury.death d 9A loss or deslructiors Frew%out of or aAsg4,fram'Lbe taking down of any fonco or then moving or disluebanee�of any.ot�tesr pToporly es[the liccsrL9or. +. 5a M , (CM) �. of the �Jcoruiov'a lnslallat(on and t}iialr offiear3,Venfir.and orrtployeon.'Loci'h-cludes loss.d [rmundat, actions, coax ens of ccborL psnaldim costa,cmd vxpmrwac of wl aUmverrrucAure oats and Wamoyvl fees,wWch nwy r avull frorrLy lol lnlwy to or-doath of pereona w)iaarwae 1a carsaoed oliicans.agents.and ernplayae,R, the[accMOO'A officers, a ents.and a npla. o er parsonl:m-idkr lbl-ddrnage Iv oxlraa3 or de bi3cdesn of property w1uii aoaysr(incluid V Iby Az d rnalor lrnducame:ni andinconatdarationof tlallcaTtte md pormisston harefngnmte&llq-ljcarsse3a'OgMs to fn�amr,4 and hold harraslana the 11carw.or[tarn any Ls,s wNchfr 2us to nrcx h s from: 1. The prosaccudonol any wort,carilompfcded by fi-IsAgmernera inciciiihW the LmIallettlor,Cambuclion. mainteb=7a' repair.r"owal rrtoriltEcetion roe:otLvlruaifdeL relocal.iori epr rQMovrrl of the Pipeline of tarty pool theroor.or 2. ThwprosaynCo,oparatiom or unm of the Apolind or.crahlgnts ea.crxglrig�herafrorm except to rho extant that tho Y.ass is caused by the solo and dfroctheglfger►to of the Iscensor. �y So�tion t t, gp�;7Za"J�L-O�'1'f Nine to rho termfnatich of lhfa lAgraarriaN Itn"a-ovrsr, the lica.ruse ehall. at ldcorueoly auto axporue,remove The Pipeline fro;n those porhans of One property not accuplod by the roadbsd and track or Va lLs of tho Lican for and jYhA ras_lpm. to the a"slacbnn of rho Uconaor,r,ueh porUans of such prorserly to as good a condidan as Owywora Its rot Iho Urns of the consttuatloa of rho pipel.irm. 11 the LicertseLo farts to do rho fbrogo ng the Lkottsor may do ouch work of ramovul mui re ajoratiois at the cost and exprcnaa or thrr Uce moo. Ths E.scerwor rnay;at Its option, upon such tarrminitllar, at Iho eni"cost and expaTua of tho llcamera. reamova tho p0rtlorts of rho Pipeline locatedundargogth itR ttgp bad wvA track or trarka and mstora such roadbed to = good a corsdil'ron as it was in al lhet tfrnv of Lha conctrrsctlorr of Iha Pfpolno.of It may pitrrnll thg Urow'aa to do xut_h work o f rnrnovd and r e s loiction sa Lila scr4slorction of tha Licensor, lit the avanlof thei removal by the Ucoroor u{the property of tho Ucez%3ore anti of the restoration of thv roadbed and,propetrty as hetalri provided, the Ucamor shall In re rL=nor ha Uablo to.tha Clcerdaa lot ozly' .darn age susiainod by lho f.kertsoe for or an account thereof m d ouch rarria+ral and t ealaraElan shall In tic rescanrs�t prrejudlcp or friipc7U emy right of,,talon for darnagos, or OLhorwise,that the fJcarwor may hm4a agadnsl NY LcutSee. Soction t2. M --QZBR1FACH T.hrwosvor by the ucentor gt L�e broach of any cand!'dorL covoncml or agroamoni harDi�n evntciwad io be kept observed and porftarrsod by the Ucortsser shall in no way Impair rho right of tho Uaarwia to a`r al ilaolf of onyx ramedy tar,4my subsequent' broach thereof. atc.c.rt? Pigr7 or AUG E�d1iL,t 07'7 O'•7l n-2r, AM k ' Y a,aCtllsn Z3. �tM11+1}�"f1C]11 (a) if tho l..icarbao d6oe v riot ua®tho r;ghl haroUi.gmmlod gr lho Pip ell"for=&(1)yoar,or U the Llccongaa conliliune in dolaxaf4t to d a pnrformanco o(omy covonant or agroemaml heratn conicdned for a period Of thirty WO) air rdtor written rwticse frarrs the Lkimor to tho Ucomcao specifying Such delwall Ia Uconaor rncty,ch tts opilon forthwith tZttrttodtdtaly toFr>7lr tto this Agroarnont by wrl llc n no tic a� (b) posty Berri la to tttcr olher on rmy deo In aoch no Qy+a A saqust,t 10 date n wboch (Cl NoUgo e f dolrru)t and notice of lartnlnatlon maybe tha Iacvrvno or by mailing la tho loot kno" uddrn!raoft}wUclinxoa. T-QrniinatlotlofIhfsAgreementfor any tom onshallrotczflncl any of the rightsorabllgatfort2ofthsp=ilos harato which mcy have accrued or liQbflilleff. weruad or olhetwtip,which trtayhave caiscn prfor thcreto Snct;on 14. ft 55l The Lkeriamo mhaU not=Agn lhle Agroemcknk inwlwlo nr Li pry or zany rights horatrt Shied without tho wriNencanxeat at the Lieoruar,and It to agraod that any tramfor or-mmignmenl ar edlempted tramfor or asarIgnasanl al ittislSgrQ©iiioilt ni any of lho dghtrr hffroin grantarL whothervahutcmY by operot{on of cw- or othc-rwlse,Mthaut such comenl In wrift ahull bo almaluisly udid mvi al&aptionat tho.Ucat'ror, aharll tarminato Na Agreement Scalian 15. su Subject to the pm%6ioru of sacdon 14 horoof,this Agroamant shall ho bux3ing upon m-mA inure to tho banalft of the PCC 6as horwo, tl:mtr hvira.oxecufore, adrninlatralora, suces4som=d aAsigm pie eaTa l'IL1e4 d4 E, i6rt 19 AUG 2? 2001 iia:55 PLNVUDeRAlNAGE 7NS.o2ifG)}1 Form Appresved,AVp-Law EXHIBIT B-1 Union Pacific Railroad Coirtpany insurance Provisions For Pipeline I Wireline I Drainage License Agreements Licensee shall,at its sole cost and expense, procure and Maintain during the life of this Agreement the following insurance Coverage: A. Commercial Gegg.ral_Ulabillity insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2.000,000 each occurrence or claim and an aggregate limit of at least $4,000,.0W. Coverage must be purchased on a Rost 1998 150 or equivalent form,including but not limited to coverage for the following: ® Bodily injury including death and personal injury • Property damage Fire legal liability{Not less than the replacement value of the portion of the premises occupied) • Products and completed operations The policy shall also contain the following endorsements which shall be indicated on the certificate of insurance: • "For purposes of this insurance, Union Pacific Railroad payments related to-the Fedprai Employees Liability Act or a Union pacific Wage-Continuation Program or similar programs. are deemed not to be either payments made or obligations assumed under any Workers Compensation,.disability benefits,or unemployment compensation lary or similar law." • The exclusions for railroads (except where the .fob site is more than fifty feet (5U) from any railroad including but not limited to tracks, bridges, trestles, roadbeds, terminals, underpasses. or crossings), and explosion, collapse and underground hazard shall be removed. • Coverage for Licensee's(arid Licensors)employees shall not be excluded • Waiver of subrogation B. Business Automobile Cove-rage insurance. This insurance shall contain a combined single limit of at least $2,000,000 per occurrence or claim, including but not limited to coverage for the following: • Bodily injurer and property damage • Any and all motor vehicles including owned, hired and non-owned The policy shall also contain the following endorsements.which shall be Indicated on the certificate of insurance: • "For purposes of this insurance, Union Pacific Railroad payments related to the Federal Employers Liability Acl.nr a Union Pacific Wage Continuation Program or similar programs are deemed not to be either payments made or obligations assumed under any Workers Compensation,.disability benefits, or unemployment compensation law or similar law." • The exclusions for railroads (except where the ,Job site is-more than fifty feet (W) from any railroad including but not limited.to tracks, bridges, trestles, roadbeds, terminals, underpasses or crossings), and explosion, collapse and underground hazard shall be removed. 4 Motor Carrier Act Endorsement-Hazardous materials clean up (MM90)if required by law. C_ Worker's Compensation and Employers Liabill insurance including but not limited to: • Licensee's statutory liability under the workers'compensation laws of the slate(s) affected by this Agreement e Empbyers' Uability(Part B)with limits Qf at least $500,000 each accident,$500,000 disease policy limit $500,000 each empIdyee If Workers Compensation insurance will not cover the liability of licensee.in states that require participation in state workers' compensaffon fund, Licensee shall comply with the.laws of such states. If Licensee is:self-insured, evidence of state approval must be provided along with etidenae of excess workers Compensation coverage. Coverage shall include liability arising out of .the U. S. Longsharemen's and Harbor Workers'Act,the Jones Act, and the Outer Continental Shelf Land Act,if applicable. The policy shall also contain the following Endorsement which shall be Indicated on the certificate of insurance: ® Alternate Employer Endorsement D. UmbreMi or Excess Policies In the event Licensee utilizes Umbrella or excess policies, these policies shall 'follow form" and afford no less coverage than the primary.policy_ Page I of 2 PLlWIJD"NA.GE 7NS.02l16101 Forrn Approved,AVP�Law Other Re uirements E. Punitive damage extiusion must-be deleted,which deletion.shall be indicated on the certificate of insurance. F. Lieensee agrees to waive its right of recovery and its insurers, through policy -endorsement, agree to waive their right of subrogation against Licensor. Licensee further waives lts right of recovery, and its insurers also-waive their right of subrogation against Licensor for loss of its owned or[eased.property or property under its care, custody and.control. Licensee's insurance shalt be primary with respect to any insurance.carried by Licensor.All waivers of subrogation shall be indicated on the certificate of insurance. G. All Policy(les) required above (excluding Workers Compensation) shall provide severability pf interests and shall name Licensor as an additional insured. Severabiiity of interest and naming Licensor as additional insured shalt be indicated on the certificate of insurance. H. Prior to commencing the Work., Licensee shall fumish -to Licensor original certificate(s) of insurance evidencing the required coverage, endorsements, and amendments. The certificate(s) shall contain a provision that obligates the insurance company(iies) issuing such policy es) to notify Licenser in writing of any cancellatit)n or material alteration_ Upon request from Licensor,a certified duplicate original of any required policy shall be furnished. 1. Any insurance poliq shall be written by a reputable insurance company acceptable to Licensor or with a current Best's insurance Guide Rating of A-and Class bil or better,and authorized to do business in the state(s)in which the service is to be provided, J. Licensee WARRANTS that,this Agreement has been thoroughly reviewed by Licensee's insurance agent(s)lbroker(s), who have been instructed by Licensee to procure the Insurance coverage required by thisAgreement and acknowledges that Licensee's insurance coverage will be primary. K. The fact that insurance is.obtained by License-p or Licensor on behalf of Uoensee, shall not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the iridemnity provisions of this Agreement. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. Page 2 of 2 - •.,.• rti4d'�.s�tR „o°„•y�.�dR.vr�ee►Iru.a ► 1 • y - �a'J1 a �.Syrf�M' .1M..A' ., 3".� - '�J,.�e•• .K10.3fl ,mot 41=4 .tip. a 61A- j�fJ-. .� r � UlF,1 lA1 L...�r! ,♦ - Sa •�� .isle k .nIr _. rr '1 ; ) ;,Asa•�o[wW+��►tY�rr.�to:::r,wsoea �t� t± ..•=% vsDtit13 Sa► 'Ks.:z:s:ss s�at>am:q�s�,.re L►7i1 ' 4��liuth to a t�s► '3Y'tsrl S YZ s �k�� +►� • ' -'i`�" �'-,s, '.Gv. �"il► ,, .M,a '"`°� i`°W«.«aw►a►�rrr� sa+ �j (old $« $s 1 ► jp op 000p ow. Opp '� fa��t++� # q � •" + .! „ram► 7 - `�'• f EXH113ff •Ale UMOI,j p,&cMC RAILROAD CO. TO ACCOMPAW AGREEMENT WITH y e �' OF FEWOFM 1 ►♦ Fr.IAo1iTa TmRw couNm Tx. M.P.248.0-24&90+- EwR® SUIL MP TA V 10 ea-la & S-lb ' WA ESTATIS DEPAR MEWT 0~ ME 1, •f MLE #I=&.* J)AYE- 4 27-M T.DA 1 5 ! 9• = 2DW LEGEND U.P.H.R. F1I14#T OF WAY �•-- .. PIPE11NE SHOWN .�....dd r.■�., PIPEUM CF1CWINO 5HMN ROADWAY SHOM '•' °'�a °4+•. } . I . Y � •... t��' �•�� �•�w� '� ���� "`���5 �. _wL.• ••: � . SS • .wow.,...�.. .�•��•e•�� y� � .�• 7M, . .♦ .11TRt�� Kw "��.....,�. ....�.�...w...� ....... _ �•.R* �.,--tea.,�Yl �+ BLV "� ;:...�--^°•..�""J � �.fr � �� ppxx ��r�r� ���, 'A.w i. .:.•....r..w w'w��r.. s..cwv• •y i ZZ AVA AFT AL'CrlvrerQ • �1Y�id.�dp.�g .,y� ��L76 �Yf }� +i '. �;• ,�',,� ' p4Lwall • �.n,..i, y� ririR �'!+y' • •• _ �.... wait �����1,6. � �....ww' �.• � g,C��•;�r rtie.dAi•.,'+A• ..F•..'"...+...�... w...��,�...� a+ �.sa • � jry�� �� �• �•�� jjp� ~tir �.� .•. �...... .,�Aeawel!mpa�rWa.F i�'.MI z.' I al ANoy yxF lot b ■ ���• � "'iiiA y,`� �! ASH 9llf� �'Tae_+ir� Z WA.1�1CI.CONSENT I.E LE July 05,2017 folder: 01020-74 Liam Conlon CITY OF FORT WORTH 200 Texas Street Fort Worth,Texas 76.102 Dear Mr. Conlon: Please refer to City Of Fort Worth, (hereinafter the "Utility") maintenance application for a Encroachment-Pipeline,covered by Audit Number 221907 at Mile Post 248.5,on the Dallas Subdivision at or near FORT WORTH, Tarrant County, Texas, requesting approval from Union Pacific Railroad Company (hereinafter the "Railroad Company) to lining an existing 24 inch concrete gravit%- sewer pipeline and replacing three (3) existing manholes. Attached hereto is a Railroad Location Print marked EXHIBIT A, each attached hereto and hereby made a part hereof, which illustrate the location and specifications of the subject project. This letter will serve as notification that the Railroad Company approves of your intentions above stated intentions. It is understood and acknowledged that the Utility shall reimburse the Railroad Company for all expenses incurred by the Railroad Company for employment of flagmen, inspectors and other employees required to protect the right of way and property of the Railroad Company from damage arising out of and/or from the work on the utility line. The Utility shall reimburse the Railroad Company for such expenses within thirty(30)days after presentation of bill for such expenses. This consent for maintenance will expire one (1) year from the date hereof. If the work is not completed by the date herein you must contact the Railroad Company and request an extelision of this Maintenance Consent better. If a contractor is to do any of the work performed on or about the Railroad Company's property, then Utility shall require its contractor to execute the Railroad Company's form Contractor's Right of Entry Agreement, EXHIBIT B. Utility acknowledges receipt of a copy of Contractor's Right of Entry AgreerrUent and understanding its term, provisions and requirements, and will inform its contractor of the need to execute the Agreement. Under no circumstances will Utility's contractor be allowed on or about the Railroad Company's property without first executing the Contractor's_Right of Entry Agreement. Union Pacific Roll road Real Estate 1400 Douglas Street Stop 1600 Omaha,Nebraska 68179-1690 ix.(402)501-0340 In order to protect the operationN of the Riadmad Company as well sus for safety reasons, it Is impera#ive that the Litility notify our Managers of Triick lyl6niciwi,,w and Signal f1+1aHenanee at the rollowing offices: MCDONALD,Cody B. SCO`IT, Larry H. MANACEK OF TRACK MA1 TENANCE MANAGER OF SIGNAL MAIN 7ENANCE 817-353-7020 917-307-5215 ubmedoi e-ula.co1n llyseott ►r xo 3501 MOPAC Rd 5701 Weed Vickery Blvd FORT WORTH,7'X 76107 f ort Worth.TX 76107 no lass llum tell (10) days iti advance of any cvristruction on. along, or across the k ailroM Company's right of way andfor tracks. The Railroad Company has authorized the installation of fiber optics cable fh011itlos on its property in certain areas, Prior to using the Railrmd Company's Property covered herein, you must contact (lie Railroad Conipany at 1-800-336e-9193 to deterolIno if a 1ihur npfic gable is buried on the subject property. When you nr your representativo enters the Railroad Company's property, a Copy of this letter mtzl he available at the site to be shown on request to any Railroad Company employee of aifi rwial. If you]lave any sluegsions or concerns partoiili;lg io this porinIi, feet fine Lv convict Norma Reynolds at (4D2) 5+44-8553 or njreynotdKidup.coin. Sincerely, Norma J. I ynotc s Amisrans Uanager-Real Estate va oQG y p } s8 gym'-".I r IT z,ii, � - 8 x � ;I Peg gy# g I 's�€ 8� 1» J is s� rc z$r a� �W•',-: k a� �g�r. �e.d 5-4 �a4 6 : �_� t Ns be� s Mgt M (,} I IL c `S ¢ G ••• �I � I I i45 111� 1 4 +I U." ` ++J Avg VPF M1x ty\ h 4`i } v 91'I i M Article III. TERMS AND COND>IT[OIVS CONTAI NFJ jN.KX1.1 ili�'S B.C AND D. The terms and conditions contained in Exhibit I3, C and D, attached liorcto, are hereby made a pad of this Agreement. Article Iv, ALL E2 PFNKP,.S TO BE BORI IE - BY C.QNTRaCTORt RAILROAD RFIPRESEI+TATIi VE. A. Contractor shal I hear ally and all costs and expenses associated with any work performed by CoMractor,or any casts nr expenses incurred by Railroad relating to this Agreement. B. Contractor shall coordinate all or its work with the following Rakl ad representative or hifi or her duly autltari7ed mpresentative(the,"Railroad Representative`): MU)ONALD, Cody B. SCOTT,Larry H. 11MANAt3Pit OF TRACK MA MEN ANCE MANAGER OF SIGNAL MAINTENANCE 817-353-7020 817-307-5215 chnicdt)na@up.com Ihscoti up.com 3501 1x OPAC Rd 5701 Wesl Vicicery Blvd FORT WORTH. T ?6107 Bark Worth,TX 76107 C. Contractor, at its own expense, shall adequately police and supervise all work to be rferined by Conir�dur wid shall ensure Ihat iwch work is perfarrru 1. in a safe manner as set forth in Section 7 of Exhibit A. The responsibility of Contractor for mfe eanduct and Rlequate policing mid supervision of Con1motoes work shall not be les.wtied or otherwise affected by Rallrwd`s approval of purrs and specifications involving the work,or ljy Rai Irand's cal$aboration in perfoT-ma=e of any work,or by the presence at ilic work sate of a Railroad Representative, or by compliance by Cmttractor wiili any requests or recom mendations mruic by Rid Iroad RepresenIative. Artli` o V. TERM; ERMINATION, A. The grant of right heroin €sack to CoWrador shall cornnirnce on the Mute of this Agreemen,I, and ctinti11tic. for one(I)year, unless soaaer torralnat�ed as herein pro aided, or at such time ux Contractor Nos =npleted its work on Rnllrasd's property. whichever is carper. Contractor ograes Its notify the R iIroad Repreqwitative is writing when it has c*mpleted it<s wunrk an Railroad's property. B. This A.groamnnt may he terminated by ck4hor pally on ten (10) days written notice to the other parly. Article VL L&!3TII{[CATE Oil? t NStMA.NCE. A. Before commencing any work, Contractor will provide Railroad with the insurance bind GKt policies,certificates and/or set tariff in l:xhihit C of this Agreement. B. All insLiranco wrre;tpDnderroe, binders, policies, cedificates and/or endorsements shall be sent to: Folder No. 01020-74 Union Pn6itic railroad Company 1400 Douglas Strtw-1 ;TOP 1690 Omaha, Nebraska 69179-1690 Article VII. CHOICE OE FORUM. Litigation arising out of or connected with this Agreement may be instituted and maintained in the courts of the States of Nebraska and Texas only, and the parties consent to jurisdiction over their person and over the subject matter of any such litigation,in those courts, and consent to service of process issued by such courts. Article V11I. DISNHSSAL OF CONTRACTOR'S Ui WLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Representative in connection with the work. on Railroad's property, and any right of Contractor shall be suspended until such removal has occurred. Contractor shall indemnify Railroad against any claims arising from the removal of any such employee from.Railroad's property. Article IX. AID*HNI TRATIVlE FEE. Upon the execution and delivery of this Agreement, Contractor shall pay to railroad One Thousand Dollars ($1,000.00) as reimbursement for derii•al, administrative and handling expenses in connection with the processing of this Agreement. Article X. CROSSINGS. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. Article XI. EXPLOSIVES. Explosives or other highly flarhmable substances shall not be stored on Railroad's property without the prior written approval of Railroad, IN WITNESS WHEREOF,the parties have caused this Agreement to be executed in duplicate as of the date first herein written. UNION PACIFIC RAILROAD COl1'1tPANY (Contractor Name) Norma J. Reynolds Assistant Manager-Real Estate By Name: Title: Telephone: Email:_____,_. - yp�� 6N HLi o � % *�h 3 Yi •h+ � u� 7t�4� �� � I p �q rl R ti IRK . ,41 � S y _ mi i My qua €R � VIZ. RE �$ f: R.m6�o itd �- 1 I Jr 11- F IF b� _3r= ' ILIL . ; . 1 if F y Form Approved,AVP-Law 07/25/06 EXE[MIT B TO CONTRACTOR'S RIGHT OF ENTRY AGREI MI RNT Section 1. NOTICE OF COMMMNC.EMENT OF WORK.,FLAGGING. A. Contractor agrees to notify the Railroad Representative at least ten(10) working days in advance of Contractor commencing its work and at least ten (10) working days in advance of proposed performance of any work Icy C'-ontractar in which any person or equipinant will be within twenty-five(25) feet of any track, or will be near enough to any track That any equipment exteinion (such as, but not ]ignited to, a crane boom) will reach to within twenty-five (25) feet of rjny truck. No work of any kind shall be performed, and no person,equipment, machinery, tvvl(s), material(s).vehicle(s), or thing(s)Shall be located, operated, placed, or stored within twenty-five (25) feet or any of Railroad's track(s) at any time, for any reason,unless and until a Railroad flagman is Provided to watch for trains. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine: and irtronn Contractor whether a flagman deed be present and whether Contractor needs to implement any special protective or safety measures. if flagging or other special protective or safety treasures are performed by Railroad, Raih-wd will bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state ur local governmental entity have agreed that Railroad is to bill such expenses to the federal, state or local govetmental entity. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty (30) days of Contractor's receipt of billing. If Railroad performs any flagging, or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in this Agreement. B. The rate of pay per hour for eaoh flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assied hours and overtime in accordance with labor Agreements and Schedules in effect at the tiine the work is perfurulud. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare. supplemental sickness, Railroad Retirement and unemployment compensation, supplernenlal pomlon, Errlplvyees Liability and Property Damage and Administration will be included, computed on acinal payroll. The composite charge will he the prevailing composite charge in effect at the tinie the work is perronmt d, One and fine-half times the current hourly rate is paid for nvertime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are : rubiect to change, at any time, try law or by agreement between Railroad and its employees, and inay he retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additiotml charges on labor are also subject to change. if the wage rate or additional charges are changed, Omtractor(or the govenunenlal entity, a.0 applicable) shall pay on the basis of the new rates and charges. C. Reimbursement to Railroad will be required covoring the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which,the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagrnan's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work, even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements,Contractor must provide Railroad arninimum of five(5) days notice prior to the cessation of the need for flagman. if fivr, (5) days notice of eeBsu imi is not given, Contmetur will still be rqulred W pay flagging chargus For the fiva (5) day rrotice period mquired by union agreement In be giv io the =I7loyce, even though flagging is not reyaiired for tiaat pr,riod. An add Ili onal tear (10) days notice must then be given to Railroad if flagging services are roved e d again after such five clay aeesakion naticc has lacen given I RW[road. Section 2. LIMITATLONAND SUBORDINA'i"FON OF RIGHTS GRANTED A. Tho foregoing ganl of right ii Wbjecl and subordinate to the prior and continuing right and obligaliun of the Railroad to use and mnintain its on ire propeily Including the right and power of Railroad to construct, mintain, repair, reps %V� 11se, operate, change, muddy nr relocRte railroad tracks, Fcadways, signal. communication, fiber rnptics, or other wir-ellnes, pipellnts wW other I•aaillties upon, along or neross any or all parts of its pry.Tcrly, ell or any of which may be freely dome at any tune or times by Railroad witlsour liability to Contmclor or to any other party for compensation or damages. 13. The foregoing grant: Is a ho subject to all ouUtanding superior rights (including,those in ravor of Iicenseas and lessees oaf R a IIr{laid'& property, and aathers) aM the right of Railroad to resie-%v and Wend t}ie sarne, and is made withatit covpnanL of Lille ur ror clW6 enjoyment. Section 3. NO INTER:FERE1 NCE WITH OPE, RATIIONS OF RAILROAD .AND ITS TENANTS. A. Cont=tor stall cnnduat its operations so as not to interfere with the continuous and uninterrupted use aatd operation of the railroad tracks and property of Railroad, including without limitation, the operations of Railrrsad's lessee, licensees or others, unless specilically authorized in advsnee ley the Railroad Represerdativo. Nothing shall 63 , done or perniltted to be dame by Contractor at any bate that would in Euiy manner imp;sir the safety caf such operritloiis. When not In use. CoTilractor's machinery and materials small he: 4 Cpt at Ieast lifly (50) Feet frorm the centerline or Rallroad's nearest track, and there shnU he no vehic;;Iar crossings of Railroad, tracks except at existing open public cro.9t,ings. B. Operations ofRsilroAd and work performed by Railroad persrmiiel and delays in the work tti be performed by Contractor caused I}y such railroad oparadOMS and worst ;arc eNvc1e6 by Contractor, and Contra..tor agrcm that Rai I road shall lutve no IiabiIIty to Contractor, or any other person or entity for any such delays. 'I'kte Contractor shall coordinate its activities with ihose of railroad and third parties so as to avoid interference wilh railroad uperations. Vie safe operation of Railroad train rnovemtmis and other activities by Railroad wkeu precedence sever any work to pdrromad by Can etor. SPrtinu 4. LIENS. Contractor shalI pay in frill all pemaons who perrorm labor or provide materials for the work to be } rfisrmv,d by Contractor. Cantraul*r shall not create, permit or suffer any meehaaua's or materialmen's Berta of any kind cr nature to bG crcztod or enforced gAjnst any propealy of Rai I=d for any such work performed. Contractor shall indemniry and hold b arraim Rai]road From and against any acid all lions, ela'mi , demands, wsls.or uxpenies a whatsoaver nature. in any way conncaed wills or gmwlag ovl or such work done. labor performed,or rna3terial;t rurnishad, IF C'ontrttetor falls to prflnsplly cuaLse any lien to be released of record, Railroad May, R1 its election, dischargt the lien or t;iaim of lien at Contractor's expense. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. fiber optic cable systems may be buried on Railroad's property, Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone Railroad during normal business hours (7:00 a.m, to 9.00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls)to determine if fiber optic cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contractor will telephone the telecommunications cornpany(ics) involved, make arrangements for a cable locator and, if applicable,for relocation or other protection of the fiber optic cable. Contractor shall not commence any work until all such protection or relocation(if applicable)has been accomplished. B. In addition to other indemnity provisions in this Agreement, Contractor shall indemnify, defend and hold Railroad harmless ftom and against all costs, liability and expense whatsoever (including,without limitation,attorneys'fees,court costs and expenscs) arising nut of any act or Oinissiou of Contractor,its agents and/or employees,that causes or contributes to (1) any damage.to ai,destruction of any telecommunications system on Railroad's property, and/or (2)any injury 10 or death (Ir any person employed by or on behalf of any telecommunications company, and/oi• Its cowractor, agents and/or employees, on Railroad's property, Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a telecommunication company using railroad's property or a customer or user of services of the fiber optic cab(c on Railroad's property. Section 5. PERMITS-COMPLIANCE WITH LAMS. In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable F'Aetal Railroad Administration regulations. Section 7. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety,operations and programs in connection witli the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D.hereto attached,to ensure uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities, Contractor shall notify Railroad if Contractor determines that any of Railroad's safety standards are contrary to good safety practices. Contractor shall furnish copies of Exhibit D to each of its employees before they enter the job site. B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from. safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U.S. Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelegable duty to control its employees svi►ile they are on the job site or any other property of Railroad, and to be certain they do not use, be under the iolluence of, or have in their possession any alcoholic beverage,drug or other substance that may inhibit the safe I)Mbrntance orari.v work. D. if and when requested by [railroad, Contractor shall deliver to Railroad a copy of Cuntrrt iues s4my pinn for conducting Ilse work {the "Safely 1}Itcrr"), RniIroad shall Iinve Ihi right,but not the obligation, to require Contractor to cvvriM any dcriciencles in tho Safety Plan. The terms of this At rwcment shall control if there are any inconsistencies between this Agreement timi the Salty plan. Section 8. EMNITY. A. To Ilie"atom nol prohibited by applicable starttite,Contractor shall indemnify,defend and held harmless Railmad, fts afrtiliatcs, and its and their officers, agents and employees ("Indemnified Parties") from and a inst way and all lass, damage, injury. liability, claim, demand. cull or expense (includIng.. wlLhout IiMitatlO,n, attorneys, Consultant's atul expert's fives, ancE COUrt CA!IS). Erie ur Irciiitity (collectively, "Loss") imi rA icy any person (including, without limitation, any Indemniflod early, Contractor, or any eirtployee of Cnntractor or of any I ridem rifted Party) ansing out of or in str)y manner r.onnceied with (1) any work performed by Colttmotor, or (H) any act nr omission of Contractor, its officers,agents or errsOloy+ s,or(i ii)any breach or this agreement by Corot ractor. B. The right to indemnity undur this Section 8 shall accrue upon occurrence of the event giving rise fo the Loss. =i shall apply regardiaas of any negligence or strict liability of any indemnified Carty, except where the Loss is caused by shoo cote active ncghgerice of art 19deinnirted Patty as established by tixe final judgment of n court of coin petant jurisdiction, The stile active negligence of any ltrclen,nified Party shall teat bar the recovery of any other Indemnified Party. C. Contractor expressly and specifically assumes potential liability Lmder this Section S for cialms or arttom brought by Cantractar's own employees. Contractor waives tasty immunity it cony have ander workerLs crsrnpciisallon -or industrial ibxtiran= acts to indemnify railroad under this Section 8. Contractor acknowledpas that this waiver was irniIually negotir W by Lie parties hereto. D. No court or jury findings in any employee's suit pursuant to any worker's compensation act or the Federal Employers' Liability Act agalot a peaty to this A1trocinent may be relied upon or used by Cunu=Lor in any attempt it) assert Iiability against Railroad. E. The pruwisiam of this Section a shall survive the completion of any work performed by Contractor or the termination or expiration ar Iris Agreement. its rro event shall this Section S or arty other pmyision of thLn AgnwTnenl be deemed to Ilntit any tinhillty Coiit=tar may have to any Indemnified Party by statute or under t=nmon law. Section 9. RESTORATION OF PROPERTY. in the event RailruW authorims Contractor to take down any fence of Railroad or in any manner move or disturlr any of tare tither property of Railroad in connection with the work:to be performed by Corrr:tctor, there in that cvenl C'onlractor shell, as sQwi as passible noel w Contractor's sole expense, remorc auah fence and other property to (lie Santa candiiian as the m na were in before such fence was taken clown or such other preperty was rnDvexl or disturbed. Ctinlrac;tor shall remove all of Contractor's WON. equipment, rubbish and other usateriais lrwr Railron&a pwpurty promptly upon completion of the work, restoring RaltTuad"s property to the same state and condition as when I:ontwct€tr votered thereon. Section 10. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to_be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach or default. Section 11.. MODIFICATION.w ENTIRE AGRF.:Eli E,NT. No modification of this Agreement shalt be effective unless made in writing and signed by Contractor and Railroad. This Agreement and the exhibits attached hereto and made a pant hereof constitute the entire understanding between Contractor and itaili-mid and c-ancel and super-sedv, any prior negotiations, understandings or agreements, whether written or oral, with respect to the work to be performed by Contractor. Section 12. ASSIGNM+1 U-SUE CONTRACTING. Contractor shall not assign or subcontract this Agreement,or any interest therein,without the written consent of the Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors,and shall require all subcontractors to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement,and to indemnify Contractor and Railroad to the same extent as Railroad is indemnified by Contractor under this Agreement. Form Approved AVP-Lmv 08124/06 EX1F BIT C TO CONTRACT RI'S RIGHT OF ENTRY ACRERMI ENT Tusurance Provisinm For Contractor's Rlighl of Vntry Agreement Contrtwtor shall, at Its sole cull and expcnse, procure and maintabi during lk curse of the Project and until all Pfo*t wock on R-ailroad's property has been completed and the Cirnitractor has removal all equipment and materials From the Railroad's pmperty and Yeas ckv►mnd and resrnredl Railroad's properly to Railroad's wisfactlon, the insurancc coverage Ii9led helow. acrore commencing any work, the Contractor will provide the Railroad with a Certificate issued by its insurance carrier providing the imurance eaverage required pursuanI to ilie I xhibII C of this Agreement in a policy which contains the folIQwing type of endorsemenl: "Union f'aci He. R &oad Company is named as additional insured with respect to all IiabiIities ariAing out of Iitsured's, as Licensee+perromiance of any work on the pro party of the ItOroad." A. Canimer0jd General Liability insurance. Commercial l emral llahlfily (CGL) with a limit of not lass tlum $2,0 0,000 each occurrence and Ew aggtegati; limit or I101 less 11an $4,000,000. C L insurance muss be written on ISO occurrence f6mi CG DO 01 12 01 (or a stitm1hute Forill providing equivuJenl covMgel. `nie policy must ulsu contain the following endorsermeat, which must be stated on the certificate of insurance: • tvumactual Liability Railroads ISO form CO 24 17 W 01 (or a substitute foran providing equivalent coven ige) showiiig"Union I''acl f c Pmil road Company Naporty"as the Dasipaled Job Site, B. Qm1JjaM Automobile Coverags insurance. Business auto coverage written on ISO farm CA 00 01 (or a substitute form providhig equivalent liability covorage) wish u combined single limit of not Im$2,000,000 For ewh acddcra, Tile policy muss cantaill the following Qudorsemants, whieb must be stated can the uilltwate of Insurance: • Coves For Certain Qpera#iowq In Connection With Kailrw& 180 fo:rtrx CA 20 70 10 01 (or substituic form providing equivalaut coverar) Nho irLg "Union Pacific Property" as the Designated Job Site: • Motor Card er Act Ptidorscneumt—FTamrdomi matorkals clean up (MCS-90) if required by law. C. Workers Cu at and Em In ers LhlbflitY.irrsuTWILe. Covcrngi�must include but not be limited to: R Contractor's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. ® Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. -If Contractor is self-insured,evidence of state approval and excel workers compensation coverage rnnst be provided. Coverage must include liability arising out of the U.S. Longshoremen's and Harbor Workers' Act,the Jones Act,and the Outer Continental Shelf Land Act, if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form providing equivalent coverage) showing Railroad in the schedule as the alternate employer (or a substitute form providing equivalent coverage). D. Railroad Protective Lia!Aft insurance. Contractor must maintain Railroad Protective Liability .............. insurance written on ISO occurrence form CO 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of$6,000;000. A binder stating the policy is in place must be submitted to Railroad before the work ixiay be commenced and until the original policy is forwarded to Railroad. E. Umbrella or Excess insurance. if Contractor utilizes umbrella or excess policies, these policies must"follow form"and afford no less coverage than the primary policy. F. Pollution Liabillty insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation,temporary storage, or disposal of any "Hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time, Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CC 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least$5,000,000 per occurrence and an aggregate Iimit of$10,000,000. if the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from thr job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising form the insured facility accepting the materials, with coverage in minimum amounts of$1,00.0,000 per loss,and an annual aggregate of$2,000,000. Other Requirements G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsements CO 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CO 2.0 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. iI. Punitive di-ION)ges exclusinn, if arty, mart be deleted (and the deletion indicated oii the certificate of Ensurance), unless (lie law goveming N5 Agrcement prohibits all punitive damages that might alt'r5C ttitlCr lltrs Agnsetnenr. L Contractor waives alt righis of recovery. and its 'insurers also waive all rigbts of subrogation of damages ageing! kaiirond Anil It,, a nla, of "(-;, directors and employees. This waiver musi be stated on the certificate of insttrarwe. J. Prior to commencing the work, C amraclor shall furnish Railroad with a certificate(s) of insurance. exccLacd by a duly authorized represenla ive of each insurer, showing complhwin c with the Insurance requirements in this Agi ement: K All instiraiwe policies tntlst be written by a reputable insurance company acceptable to Railroad or wills a ciirmni Best's limura ace Guide Stating of A- and C'luss VII or hettior, and authorized to da husifmis in the slate(s) in which iilc work is to be perfurrned. L. The fect chat insurance is obtained by Conkador or 4y Railm9d an behalf of Contrs for will not be deemed to release or dimsstish llie IisbiIily of C;onLractor.includhig,without IILnilutiun, llabiIity under the irsdemnity provisions of this Agreernent. Damago recoverable by Railroad rrom Contractor,"any third party wilt not he IirnRed by the amount of the required insurance c�vora�,e. Pipeline Crossing 07/20108 Form Approved,AVP-Lave 1.,M IT D SAFETY STANDARDS MINIMUM SAFE,TY REQuMEMENTS The term "employees" as used herein refer to all employees of Licensee or its contractors, subcontractors,or agents,as well as any subcontractor or agent of any Licensee. 1. Clothing A. All employees of Licensee will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision,hearing,or free use of their fiances or lcet,. Specifically,Licensee's employees must wear: (i) Waist-length shirts with sleeves. (ii) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms roust be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety toed footwear that conforms to the American National Standards institute(ANSI) and FRA feotwear regOirelvents. a. Employees shall not wear boots (other than work boots), sandals, canvas type shoes, or other shoes dial have thisr soles or creels that are higher than normal. C. Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry white operating or working on machinery. ill Personal Protective Equipment Licensee shall require its employee to wear personal protective equipment as specified by Railroad rules,regulations,or recommended or requested by the Railroad Representative. (i) t lard hat that meets the American National-Standard (ANSI) Z.89.1 — latest revision. Hard hats should be affixed with Licensee's company logo or name. (ii) Eye protection that meets American Natiunal Stpndwd (ANSI) f" mzupadotwl and educational eye and face protection, Z87.1 -- latest revision. Additional eye protection roust be provided to meet specific joh situations stwls as welding, grinding, etc. (iii) Hearing protection,which affords enough attenuation to give protection from noise levels that will be occurring on the job site. ]]caring protection, in the form ofptugs or Iriutt`s, roust be worn when employees are withtin: 100 feet of a locomotive or roadway/work equipment ■ 15 feet of power operated tools s 150 feet of jet blowers or pile drivers 150 feet of retarders in use {when within 1.0 feet, cMplayees trust wear dual ear pro iccli4in—a)lugs 31Id tnutl's) (iv) f)ther pipes of personal protective equipment, such as respiratoFs, fall protection uluil7ulenl, rind face shields, must be worn ;m ivuorrtnimnded ar requested by the Railroad Representative. HL On Track Safety Licensee and its contractor are responsible for compliance with the Federal Railroad AdministratioWs Roadway Worker Pmlection mgktlationn—49CFR 2l4, Suf)part C and Railroad's C)n-Track Safety rules. Uji&-r 49 FR214, Subpart C, railroad contractors are reVonsibic for the training of their employees an such regulations. In addition to the instructions contained in Roadway Worker Pmt"iion rcgulelions. till employees must: (1) Maintain a minimunn distanca of at bast twenty-five (25) feet to any Imck unless the I nilrond Representative is present to authorize movetrtents. (N) Wear an orange, reller prized work year approved by the.Railroad Representative, (iii) Participate in aiob briefiug.Ihat will specify ilie lype of On-'I'rack Safety for the type of work Doling perforined. Licensee must fake special rote of limits of'rand authority,which t 4,9 may or may not be fouled, and clearing llic track. Licensee will also receive sp ial instructions relating to the work zozc around machines wW minimurr7 distances heWeen machines while working or travt hag. IV, Equipment A. It is the responsibility or(jeenwo to ensure that all equipment is, in o safe cn,rditi4u to opetaie If, in the opiniotn of the Rai kond Representative, any of Ufcensec's equipment is unsafe for use, Littsee stall remove such equipment from Railroad's property. In addition, 1...ounee 'bust emure that the operators of till equipment ore properly trained and compeIonk In the safe operation of(lie equipment. In addition,operators nuist be: ■ Familiar and comply with Railroad's rules on locko€tt/tagout of equipment. w Trained in and comply with tlic appliealhle operatng t-ulcs if opt;ail i%ally by-rail equipment seal-track. Tiviued in and comply with Ow applicable air braise 'tiles il' operating any oquipmcnt that moves rail airs or any other rail bound egtfipnsent. B. All stall-propelled equipinimt must be cquipped with a first.-aid kit, fife extinguisher, and audihle back-up warning device. V. Unless otherwise aulliorimd by. the Railroad Representative, all egnnipmcnt trust be parked a minimum of t►vt;nly-five (25) feel from any track. Before lensing any equllsmrM unattended, the operator must stop the engine and properly secure the e quipment aphm moveineW. D. Cranes must LHo equipped with three Grange cones that will he tl d to mark the working area ofthe cram and the Mininnum cleaihuices to uveritiettd po►varllnes, V. General Safety Requirements A. Licensee shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Licensee shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including Oii-Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work,the emplo ce must voice them during the job boicting. Additional job briefinc5 will be conducted during the work as conditions, work procedures, or PCIS 31m N C. All track work performed by licensee meets the ininimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR2.13. D. All employees comply with the following safety procedures when working around any railroad tuck: (i) Always be on the alert for moving equipment. .Employees must always expect movement on any track,at any time,in either direction. (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components, (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (56 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee in charge. (v) Before stepping over or crossing tracks,look in both directions first. (vi) Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. E. ,All employees must comply with all federal and state regulations concerning workplace safety. OMN - Pipe Line; FORT ._ '(TH, TEXAS i'orm 200a6 City of Fort Worttr 3/71 (Mile Post 248.4) �1ap 1� 4- PIPE LINE LICENSE THIS AORffi40'f) executed in duplicate , this 8t:1h day of April , 1.9 85 , by and between MISSOURI PACIFIC RAILROAD COMPANY , a Delaware corporation, hereinafter cared "Carrier-", to be addressed at i 210 North 13th Street, .St. Louis, Missouri. 63103, and CITY OF FORT WORTH, TEXAS a Municipal corporation; hereinafter called "Licensee", to be addressed at 1000 Throckmor too., rort Worth, Texas 76102 , W= ESSETH: RECITALS: Licensee has requested of Carrier license and permission to install, kee maintain use an remove for 'the P, : , purpose of conveying sewage , its reinforced concrete pipe line , 48, 24 & 6 inches in diam- eter, on, along, across and beneath the surface of certain of Carrier's right of way lands at or near Fort Worth , Texas , to which Carrier is agreeable but solely upon the terms and conditions hereinafter set forth. 1'10W, THEREMRE, in consideration of the premises and of the covenants and agreements hereinafter contained, it is agreed: I, Carrier hereby grants, solely to the extent of its ri:ght:, title and interest, and Licensee hereby accepts license and permission to install) keep, maintain, ease., repair, renew and ultimately re.raove its ocm one certain continuous line of reinforced concrete PiPea 48, 24 & 6 inches in diameter, $nit appurtenances, hereinafter called "Pipe Line", for the purpose of conveying sewage at a maximum pressure of pounds per square inch, on, along, across and beneath the surface of certain 4f Carrier r s -ri.ght. of way lands, as well as crossing beneath Carrier's track ,hereinafter col- lectively called "Premises", situated betweet Engineer's Chaining Station 13105+90 (Mile Post 248.4 ) and Engineer's Chinning Station L3126+10 (Mile , ill Tarrant County )0=X0% Texas , at or x1ear Fort Worth The license and permission hereinabove granted to Licensee are subject and subordi- nate) however, to the rights in Carrier, its successors and assigns, its lessees and licensees, to construct, reconstruct, operate, use? maintain) repair and renew on, beneath or above Premises any telephone, -telegraph, poorer and eignal lines and poles, tracks, roadways, pipe lines and facilities of similar or dEfferent character as are now or in the future may be locaFed on, beneath or above any of Premises. . The license and permission herein granted (a) are limited to such title and rights as the Carrier may have in the Premises concerned, and the Licensee shall secure .such permission as may be necessary on account of any other existing rights (including, without limitation, rights of tenants, subtenants, licensees and others occupying or using the Premises concerned with Carrier's permission) and (bi are granted without any warranty, express or implied. Licensee hereby agrees to exercise the herein-granted rights in such a manner as not to interfere in any way with any existing prior rights, No damages shall, be recoverable from Carrier because of any dispossession of Licensee or because of any failure of, defect in, or extinction of Carrier's title. 2. Licensee shall pay and Carrier shall accept %KgXKKMX6rX$XX(laxQ(KKXXXXXBXXK - 1 - 8 4 344 S Fora 20006 3/71 the sum of $47,718.00 €7 }(}�Xk' } X#?07€(X;S(i} X73�' 1 }€�S %� lK �(X7( rX7Y 3. The approximate location of Pipe Line is shown in heavy blue , on Carrier's Texas District white print dated March 25, 1985 , last revised-------------- _--...-, File 1fo. --------------------- - prepared in Office of District Engineer) Dallas , Texas , marked Exhibit "A", attached hereto as part hereof. Licensee shall install and construct Pipe Line in accordance with the plans and details shown on said Exhibit "A". Pipe Lame shall, consist of the following items located on Premises: One proposed 48- inch reinforced concrete pipe, entering Carrier s Southerly right of way at Engineer's Chainag, Station 13105+90, Mile Post 248.4; thence traveling northwestwardly a distance ni: 215-feet to proposed manhole; thence traveling westwardly along and parallel with Carrier's Southerly nigh of way line a distance of 1,412.8-feet to a point; thence traveling southwestwardly a distance of 67-feet to a proposed manhole; thence continuing southwestwardl.y a distance of 500-feet to point; thence traveling westwardly a distance of 1.0.5.9--feet to a proposed manhole; thence; pip, line reduces to -a 24-inch ductile iron pipe, and travels southwestwardly a distance of 109.7-- €eet to a proposed manhole and exits Carrier's Southerly right of tray line at Engineer's Chain. age Station 13126+30. Including one proposed 6-inch sanitary sewer pipe connecting to the pro- posed* If so requested by Carrier, Licensee shall submit to Carrier all plans and speci- fications with respect to any work to be performed hereunder, which shall be subject to Carrier's approval. No provision of this or-any other paragraph hereof, nor approval. by Carrier of any of Licensee's plans, as provided herein or elsewhere in this agree- ment, or of Licensee's undertakings, shall relieve Licensee of any, responsibility or liability. Carrier shall have the right to perform, at the expense of Licensee, any part of the Mork which, in Carrier's judgment, is deemed necessary (a) Tor the better safety of Carrier's property, traffic, employees and patrons, or (b) to avoid labor disputes which may adversely affect Carrier. 4. Licensee shall at all times keep Pipe Line in good state of repair. All work by Licensee hereunder shall be performed in a safe and workmanlike manner. Licensee shall furnish or do, at Licensee's own cost and responsibility, any and all things and when and as from time to time required to accomplish whatsoever the Licensee attempts or is bound to do at any time hereunder. Licensee, at its sole cost, shall adjust Pipe Line to any physical change as made at any time in any of Carrier's property; at all times keeping upper surfaae of Pipe Line at least four and one-half feet below bottom of rail 'thereover, and at least three feet beneath surface of ground beyond ballast section. Licensee shall cause Pipe Line, before being used for anything inflammable, to conform substantially to the requirements shown on Carrier's Standard Form No. 24002, marked Exhibit "B", attached hereto as part hereof. Said things, including the time and manner of doing any work, each shall conform to the requirements of Carrier as well as of any State, Federal or Municipal authority. Carrier may, act- ing for Licensee, furnish or do, and Licensee shall, pay and bear the cost of, anything which, herein required of Licensee at any time, either shall not be furnished or done within 30 days following Carrier's written request therefor or shall be undertaken by Carrier at Licensee's request; and Licensee on request shall in advance deposit with Carrier the estimated cost thereof. If deposit be less than actual cost, Licensee shall pay the difference; if more, Carrier shall repay difference. Payments hereunder shall be made by Licensee within twenty days following receipt of bill. Licensee shall pay cost to Carrier for all labor, including wages of foremen, plus 10% to cover supervision and accounting, plus vacation allowances, paid holidays and health and welfare benefit payments applicable to said labor, Carrier's cost price of all materials f.o.b. Car- rier's rails, plus 10% to cover handling and accounting, plus freight at tariff to point *48-inch pipe at Engineer's Chainage Station 13117+31 ; chence traveling southwestwardl.y a distance of 56 feet and exiting Ca3rri.er's.. 2 -Southerly right of way line to an existing manhole located off Carrier's right of way. Form 20006 7/69 of use, and excise taxes applicable to said labor and materials. Carrier may con- nect with and discharge sewage into Pipe Line while serving as sewer# No facilities shall be erected or installed, and no materials stored or placed, or equipment operated, nor shall any person acting for Licensee's account be permitted to be, closer than ten feet (measured horizontally on the ground) from the nearest rail. No facilities shall be attached to or placed upon- any of Carrier's buildings, structures or improvements. Licensee shall not cross Carrier's tracks with heavy equipment except at public road crossings, or at such locations_ and on such terms and conditions as Carrier may specifically approve. Licensee shall require any of its contractors and subcontractors to observe ? and conform to the conditions and requirements specified herein; and for the pur- poses of the safety, protective and indemnification provisions hereof, such contractors and subcontractors, their agents, servants and employees, and other persons on the Carrier's Premises at the invitation of the Licensee, its contrac- tors or subcontractors, shall be deemed the agents or employees of the Licensee. Licensee shall install and at all times keep and maintain Pipe Lane in a safe condi,tion� so that same shall not interfere with, impair, endanger, or prevent the safe and continuous use and operation of the railroad and property of Carrier, and shall in any event upon notice in writing from the Carrier promptly maintain, repair, remove, strengthen or adjust Pipe Line, or any part thereof. Pape Line shall, where possible, be installed by boxing or jacking. a Where any work in connection with Pipe Lane involves excavation, trenching or boring, plans therefor (including details for protecting Carrier's operations) shall be submitted to Carrier for advance approval., and special care shall, be taken by Licensee to protect Carrier's property and operations and in backfill.ing and securely and soundly tamping suitable earth or fill to prevent washouts, under- mining or other damage to Carrier's roadbeds, tracts and appurtenances thereon. Promptly following performance of any irork under this agreement, Licensee shall do all things necessary to restore Premises and any property thereon to an adequate and proper condition in accordance with good engineering practices. Licensee shall., except in emergencies, give not less than 48 hours' written notice to Carrier of the day and hour it proposes to undertake any construction or maintenance work (other than minor day-to-day maintenance or inspections), and in the event of emergency shall exert all effort to notify Carrier with utmost prompt- ness. Licensee shall maintain close contact and liaison with Carrier's representative as to the time and manner of performing work on or about Carrier's tracks and prop- erty so as to minimize interference with Carrier's property, traffic and operations. Licensee shall suspend construction or repair operations at the direction of the Carrier when deemed necessary to protect Carrier's property and traffic. 5. if and when from time to time and during such times as Licensee's or its contractor's operations are of such a nature as to create hazards to operations of Carrier's engines, cars, trains and employees on and along Carrier's main or other tracks, the Carrier is hereby granted authority and permission; at Licensee's sole cost, risk and responsibility, to provide such number of flagmen or watchmen or - 3 - Form PmQ6 7/69 other protective services, devices or structures, such as falsework or shoring, and to make such alterations or adjustments in,its tracks or other facilities and in the facilities of others on or near Premises, as in the opinion of Car- rier's Superintendent may be required to protect against such hazards, 6. Licensee hereby agrees to reimburse Carrier for any cost incurred by Carrier of relocating any signal or telegraph or other communication wire and pole lines made necessary by the installation of Pipe Line, and for the repair or replacement of any of Carrier's or any third party's other and dif- f'erent facilities damaged or destroyed or lost by reason of the performance of any, undertaking or the exercise of any of the rights herein granted. 7. The Carrier shall not be responsible for damage to property or injuries to persons which may arise from or be incident to Licensee's exer- cise of any permission granted herein. Licensee further agrees to release, defend, indemnify and hold harmless the Carrier from and against all costs, expenses, clams, liability arising from (a) breach of any covenant herein by Licensee, or (b) damage to or destruc- tion of property owned by or in the caret custody or control of the Carrier, or (c) liability of the Carrier for (i) bodily injury to or death of its employees or third persons, and (it) damage to or destruction of property of third per- sons, in any manner caused by, arising from, or in connection with the construction, installation, operation, maintenance, repair, use, presence or removal of the Pipe Line on, along, across and beneath. Carrier's Premises., whether caused or contributed to by any act, omission or negligence of the Carrier, or otherwise; as well as (d) liability of the Carrier, howsoever caused and irrespective of whether caused solely or in part by an act, omission or negligence of the Car- rier or condition or state of repair of its property and right of way, (i) for bodily injury to or death of agents, servants, employees or invitees of the Licensee or of its contractors while on, about, or adjacent to the right of _way of the Carrier for any purpose related to the Pipe Line, (ii) for damage to or destruction of property of or in the care, custody or control of the Licensee and its contractors, subcontractors or invitees, or their respective agents, servants and employees, while on, about or adjacent to the right of way of the Carrier for any purpose related to the Pipe Line, or (iii) arising from damage or deterioration to, leakage from, or interruption of, the Pipe Line or its contents. It is the intention hereof to cover all hazards and exposure of the Carrier by reason of or in connection with the Wipe Line, and to fully protect the Carrier from and against all damages, losses, expenses, claims, costs and liability it would not have suffered, sustained or incurred but for the permission herein granted or the installation, operation, main- tenance, use, presence or existence of the Pipe Line on, along, across, beneath, about or adjacent to Carrier's Premises. Licensee also agrees to assume all .risk of loss or damage to Pipe Line and the contents thereof regardless of how caused and regardless of any negligence on the pant of Carrier, its agents, servants or employees, or otherwise. For purposes hereof, the term "Carrier" shall include MISSOURI PACIFIC RAILROAD Company and its subsidiary _ 4 Form 20006 7f 69 and affiliated companies and any other carrier opexati3ag upon the tracks and right of way of MISSOURI PACIFIC RAILROAD Company in the territory concerned) and the respective officers) employees and servants of any thereof; and damages and liability shall include the defense and settlement of claims and attorneys' fees and expenses, etc., in connection therewith. 8. If and when at any time during installation of Pipe Line or at any other time during term of this License, because of damage to Carrier's main track or roadbed by reason of breakage of or leakage from the Pipe Line or from any other reason incident to the existence and maintenance of Pipe Line, Carrier's Superintendent shall be of the opinion that such a hazard exists as to make unsafe or temporarily impossible the operation of Carrier'a engines or trains along Carrier's tracks in the vicinity of the Pipe Line and, because thereof, the said Superintendent shall cause said engines or trains to be detoured over another route, Licensee shall pay to Carrier, promptly follow- ing receipt of bill therefor, the additional expense which. Carrier shall incur as a result of having to detour such engines or trains. If, in Carrier's opinion, changes in its property make eait impractical mpraer ical or unsafe to continue the Pipe Line on Carrier's property, l have the right to terminate this agreement on written notice to Licensee. Licensee agrees, upon request of Cartier, to take out and keep in force and effect, for such period as Carrier may require, Contractual Liability Insurance covering Li.censee'r liability under this agreement. In the event that Licensee is a State, City, Gouty or other governmental Railroad Protective Liability shall. procure or cause its contractor to procure Insurance in lieu of Contractual. Liability Insurance. Such insurance shall be in form and with such Insurance Company or Companies as shall be satisfactory to Carrier, and in amounts of $500,00o/$1,0001000 for bodily injury coverage and $500,000/$1,000,000 for property daaage coverage (and also the same for physical damage to property coverage ii' Railroad Z�rotective Liability insur- ance is -involved) unless otherwise specified by Carrier. , 9. Term hereof shall begin with April 8 �9 85 , and continue thereafter until. concluded (lst) by expiration of thirty days fol- lowing serving, by Licensee on Carrier, or Mice versa, of written notice of intention to end term hereof, or (2nd) at Carrier's election without further notice by expiration Of six months without the Pipe Line having been installed or by Licensee failing (a-1) to cure any default or (a-2) to show statutory right to install Pipe Line within thirty days following Carrier's written request therefor, or (3rd) upon the abandonment by Licensee of Prem- ises for the purposes herein authorized. Any notice of Carrier shall be deemed served when deposited postage prepaid in U. S. Mail addressed as aforesaid. Lot later than last day of term hereof Licensee shall remove pipe Line and restore Premises to a condition satisfactory to Carrier. Any of Pipe Line not so removed shall at Carrier's election without notice be deemed abandoned. Covenants herein shall inure to or bind each party's heirs, legal representa- tives, successors and assigns; provided: no right of Licensee shall be 5 .. Form 20D06 7/69 9 transferred or assigned, either voluntarily or involuntarily, except by express agreement acceptable to Carrier. Carrier or Licensee may waive any default at any time of the other without affecting; or impairing any right arising from, any subsequent or other default. 1.0. In the event that Licensee is a City, County, District or other governmental entity (other than a State or the United States), Licensee, when returning this agreement to Carrier (signed), shall cause same to be accompanied by such order, resolution or ordinance of the governing body of Licensee, passed and approved as by law prescribed., and duly certified, evi- dencing the authority of the person executing this agreement on behalf of Licensee with the power so to do. IN WITNESS WHEREOF, the parties hereto have duly executed this agreement as of the day and year first h.ereinabove written, WITNESS MISSOURI PACIFIC RAILROAD COMPANY ISO_Ia_ ` f � BY G narai Manage As Carrier, first Party Herein. A'i'P CITE' OF FORT WORTH, T M S c etary D (Affix Sea-, Mayor As Licensee, Second Party Herein. WI'J.'�-,SSRS APMM By CITY CGUXCIL i y aora"�a� APPR i� D AS TO FORM AFD LWALITY; Miu -lff 'City AttU3.--i.l;y � 6m 87344 • .� ram) +i �,. � �j� "'�i �1 J �Ry I� f Z, S io it IX ♦\* :%k 'w ti I I `;y��.• W399C. a�}lf SQ 17. ly SX— � 4 � r •. � Y BO Z p1�� 4 � f. ftE4 `'�•.r•. �' r• r e `.. �%ar�9bf Ta, zg tJ,JOS to a; a � -A Cn] � � .% "Fh, r"- `Q � ;• � mil' s�r' ,,,j `c f6 W V� �C, 'r Si I ,' ��.�.� •� ♦O'er , �F �,�'f,{ .l� �J T � � � •.�'_ '���'N i�� �'�' Chi c�'." �"b 1 { {}' 41 _4-P9. 517.1 P a ° )�I(l ray . Al \ ip f .` .�. ij I V C f I: \s � � \� �•n \� 4 fbsr Qa�� + I jjj a o 4 \,,\ r�`Spry,3F I Li` �y a 6p i lug rr% ' 'j- \ ' '�• :�. 1lf 9 -�""�� � ,�o� `�'�'�'�;ti`' ��,� �s:��. a��rtl���• I f�riS. �Q r.l�ir y r ?s • �'�e ' 1. !-cc, f� •, i.f ` v i • F((J// ' � -fi,•1�: , e r--- a 23� . 9 `' `�• � ! '`Y w Cis°l, • i _ l..` ......_......�.,. _ •� _ y, - 6 5 " ,' � ,�h'•4�S'�+DF �J`�Off. r _ !f I> ti �� ply i 11]v E+f :7 0 ' Q�0.y4 / ' \�• E tM . / �XlSY.I fr J{ltT.l Jtt�• -^^- • ` C'tj ._ bG] , 7w �� •� 4, p ?+� � ;ice r k UP Rd, roym 14"?. 10-9,1 EXHIBIT B 'to Forst 2MI tl SPXCTYICA'rIONS POR PIPE LINES CO.TMZNG GAS OR CO MU3'l'XBi,S LIQUID WERE LOCATKD ON RAILROAD PREMISES (A)SCOPE Pipe lines included under these specifications are those installed to carry oil, gas, gasoline or other combustible sub- stance, under pressure, which fro© its nature or,pressure might cause damage if escaping on or in vicinity of railroad proper- ty. Gas transmission and distribution lines in city streets, carrying leas than 4S-lb. pressure, are not to be considered as coming under these specifications. (B) PIPE LINES CROMING IIN= TRAM I. 1NSTALLATIO. Pi" lines under railroad tracks and right-of-way shall be encased in a larger pipe or casing and Installed ab indi- cated in figure below: Right of wty Line Right of Way Line U_ 45Ft. Minimum 45 Ft.Minimum 2:1 See Note 2 See Note 2 j Sign-,*- ? Seelon Nvte3 '" 5eeN*3 $ 1(2 k) e Of.Minimum 4 Ft Minimum dace �adbed C 3Ft.i+linimum Ff.-6in lal1nirpum See �Scctlort 3R Minimum Sealer -lent E at low enci - Casing See Mote 4 to nt pipe! connected to Vent ppipe at hi See Note t Carrier Pipe end to be conInected o##dm of casing to top of casing Note 1. Seal and vent pipe not required if casing ends above ground where drainage is available. 2. Casing to extend beyond limit of railroad right-of-way if necessary to provide proper length outside of track, 3. Sign indientipg locution of pipe line at right-of-way line to be installed where required by the Railroad, 4. For shut-off valves see Section 7. 2. CARRIER PIPE.- Carrier pipe inside of casing under railroad tracks and on right-of-way shall be of good Construction (usually the sane as at either side 4f railroad), of steel, wrought iron, cast iron, pure or alloyed iron; and shall be either seamless or substantially welded pipe with "approved" Joints. pipe At the railroad crossing shall he laid with slack (no tension) I the line. 3. CASING PIPE; Casing and Joints in same may be of may conduit construction approved by the Railroad and shall be capable of witll- skanding load of railroad roadbed, track and traffic; it shall be so constructed as to prevent leakage of any substance from the casing throughout its length except At the ends of casing which are loft open, or through the vent pipes at the ends of ' casing which are sealed to outside of carrier pipe_ I i Casing shall be installed with even hearing throughout its length and shall slope to one ond; it shall be so tnstalled As to prevent foittatien of a waterway under the railroad. Inside diawetar of casing shall be sufficiently large to permit ready withdrawal of carrier pipe >rithont disturbing the roadbed, 4. HAM Were ends of casing are below ground they shall be suitably -sealed to outside of carrier pipe and properly vented above ground with vent pipes not less than 2 inches in diameter and extending not less than 4 feet above ground surface. vent PIP at 104 end of casing shall be connected with bottom Of casing and vent pipe at high end shall be annnoeted with top of casing- Tops of vent pipes shall be fitted with down turned elbows: properly screened. Vhere ends of casing are at or above ground suxfaCo and above high crater level they may be loft Open, provided drain- age is afforded in such manner that leakage will be conducted away from railroad tracks or structured, 6'here proper drainage is not provided, ends of casing shall be sealed to outside of carrier pipe and vent pipes shall be installed. (SRH OTHER SIDE) MAS:ER FILF.1 . c+Cr'I�nnnG�H.x. --- --� LMWI o Fort Worth., acs >;crauv �.z Mayor and Council Communication "AIISP0R'1APaNJPua1.10 waal(s. �141F,H nGI:11111AT:��I1 REFEfiI:Ncr^ SUBJECT: PIPELIiVE LICENSE AGREEMENT PARE NUMBER/84 **L_8458 SANITARY SEWER AND 7GE - CLEAR I FOkK COLLEC 0R RELIEF hiAiN REAL PROPEf A pipeline license agreement between the City of Fort• Wprth and the Missouri- Pacific-Railroad Company is required for the construction of a 48-inch rein- forced concrete sewer line, one 24-ihch ductile iron pipe, ore 6-inch sani- tary sewer line and the installation of four manholes along, across and be- neath the railroad's right-of-way to serve the Southwest section of Fort Worth. " ~T railroad has Agreed to enter into a license :agreement for these pipeline . crossings situated between Engineer's Chaining Station 13105+90 (mile post 248.4) and Engineers Chaining Station 13126+30 for payment of a one time con- sideration of. $47,718.00 which includes engineering costs and inspection fees incurred by the railroad in connection with the City's project. Financing: A bond fund transfer from Major Mains Unspecified Account #54-014901-00 to the specific project account will be necessary. Recommendation: 1. Authorize a bond fund transfer in the amount of $47,718 from Fund 64, Pro- ject No. 014901-00, Unspecified Major Mains to Fund 54, Project No. 014- 001-00, 54-inch Clear Fork Collector; 2. Authorize the City to enter into a Pipeline License Agreement with the Missouri-Pacific Railroad Company; 3. Authorize the City Manager to execute the License Agreement; 4. The Missouri-Pacific Railroad Company he paid a one-time consideration of $47,718; and S. The charge be made to Fund 54, Project No. 014001-00, Index Code 699710. Ol:dd APPROVED BY CITY COMA MAY 14_ r9i3S t City o1 ,tm � ". SUBMITTED FOR THE CITY MANAGER'S DISPOSITION UV COUNCtLo PROCESSED BY OFFICE BY: 0 APPROVED ORIGINATING O OTHER (DESCRIBE) DEPARTMENT HEAD: Michael E. Pyles rj CITY SECH£TARN FOR ADDIHONAI. INFORMATION CONTACT: Michael E. P les ext 83N.... J DAY MAINTENANCE, CONSENT LETTER April 12,2017 Folder: 01196-24 LIAM CONLON CITY OF FORTH WORTH 200 TEXAS STREET FORTH WORTH TX 76102 Dear Mr.Conlon Please refer to City Of Forth Worth, (hereinafter the "Utility") maintenance application for a Encroachment - Pipeline, covered by Audit Number CA87344 at Mille Post 248.53 to 249.53., on the Dallas Subdivision,at or near Fort Worth,Tarrant County,Texas,requesting approval fi°om Union Pacific Railroad Company(hereinafter the"Railroad Company)to- (i) Line an existing 48 inch concrete gravity sanitary sewer pipe for approximately 110 linear feet,with a felt tube injected, with a polyester resin, (ii) Replace of one(1)existing manhole,and (iii) Install one(1)marthole over the existing line for maintenance access. Attached hereto is a Railroad Location Print marked,EXHMIT A and EXHIBIT A-1, each attached hereto and hereby made a part hereof, which illustrate the location and specifications of the subject project. This letter will serve as notification that the Railroad Company approves of your intentions above stated.intentions. It is understood and acknowledged that the Utility shall reimburse the Railroad Company for all expenses incurred by the Railroad Company for employment of flagmen,inspectors and other employees required to protect the right of way and property of the Railroad Company from damage arising out of and/or from the work on the utility line. The Utility shall reimburse the Railroad Company for such expenses within thirty(30)days after presentation ofbilI for such expenses. This consent for maintenance will expire one (1)year from the date hereof; If the work is not completed by the date herein you must contact the Railroad Cnmpauy and request an extension of this Maintenance Consent Letter. If a contractor is to do any of the work performed on or about the Railroad Company's property, then Utility shall require its contractor to execute the Railroad Company's form Contractor's Right of Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha,Nebraska 68179-1690 fx.(402)501-0340 Elltl;}`- 11=tmn nt—EXHIIBIT D, Utility seknowledges receipt of a copy of Contractor's Right ofEM r eta tip acid understandipig its term, provibitinr+ and regtairemenis, and will inform its contractor of the need to e\ectite The Agmeraent. Under no circurti!iwnues will Ulility's coatractor ba allowed on os about the Railroad Company's property witlioul first ex rWing die CoWactoes ltlglit of EntryAgreement. In order to protect the operations of the Railroad Company as well as for safety reasons, it is impaxative Lh l the LJ1111ty notify our Managers of Track Maintenance and Sign Ed Nbiintenance nt the following offices: MCDONALD.Cody B. SCOTT.harry 11, MAhlAGEKOF TRACK MAIN'l-FNANCE MANAMPEK OF SIGNAL MAINTENANCE M 7M 353-7020 81718 307-52 t 5 ch mcdaria up,com lliscQtk{ ap.coin 3501 MOPAC Rd 5701 West Vickery Blvd FORT WORTH,TX 76107 Fart Worth.TX 76107 no less than ten (10) daps in advance of any construction on, along or across the Railroad Compaiay's right of way an War tracks. The Railroad Company has authorized the installation of filer optics cable facilities on its property in certain Farm. Prior to using, dw Railroad Company's property covered herein, you maast aomact the Railroad Compimy at =-800-336.9193 to determine 11' a fiber optic cable is buried on the subject property. Where you or your representative enters the Railroad Company's property, a copy of this latter iniast be available at the site to be shown on request to Any Railroad Company a*mployee or nlficial. if you have any questions of concerns pertaiafuigto this permit,feel free to contact Norma Rcynolds at (402) 5444553 or niNy no nt h. Sincerely, Norms J. keyno ds alast AfancWer- Real Estate I r ! . E w � s 1 ' - � 4 - y s 1 ae +4 _ d 1111 Nibs _ p F � ib� * yki A C py t �iM Gks=wiw 'µ"Pi i .. Hilly", I ff x1p, All n �, n ry ! 111 y ■i 14.1% *' \ R IL iti 01 EXHIB1T_B TO MAINTENANCE ZONSENT LETTER PL X&E ROR 940201 Colder No.Q 1196-24 Form Approved,AW-Law 08/2512006 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the by and between UNION PAC111C RAILROAD COMPANY, a Delaware corporation, ("Railroad") and a corporation ("Contractor"), to be addressed at RECITALS: The Contractor has been hired by City Of forth Worth to: (i) line an existing 48 inch concrete gravity sanitary sewer pipe for approximately 110 linear feet, with a felt tube injected, with a polyester resur, (ii) replace of one (1) existing manhole; and (W) Install one(l) manhole over the existing line for maintenance access (the "work"), ►yith all or a portiort of such work to be perforrtied on liroperty of Railroad at Mlle Post 7-18.53 to 249;53, on the Dallas Subdivision, at or near Fort Worth. Tsrraw County, Texas,pursuant to aMaintenance Consew Letter between Railroad and City Of Forth North dated April 12, 2017, at such location as shown on the print rnarkcd Exhibit A and Exhibil A-1 attached hereto and hereby made a part hereof. Railroad is willing to permit Contractor to perform the work described above at the location describe above subject to the terms and conditions contained in this Agreement. AGREEMENT: NOW, THEREFORE, it is mutually agreed by and between the Railroad and Contractor, as follows.: Article L PN INIMN OF CONTRACTOR. For purposes of this Agreement, all references in this Agreement to the Contractor shall include Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. Article H. RIGHT GRANTED,PURPOSE. Railroad hereby grants to Contractor the right, during the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained,to enter upon and have ingress to and egress from the property described in the Recitals for the purpose of performing any work described ir1 the Recitals above. The right herein granted to Contractor is limited to those portions of RidlTood's property spcciiic019 &wribml heron, or aEt designated by the Railroad Representative named in Article I V. and is strictly Iimited Tu (tic scope of work identified to 11Le Rn'Imad, its determined by this "Broad in its soli:d;s"iwi,and for tro other purpose. Article Tit, TERMS AND CONDITIONS CONTAINED iN EXHIBITS B.C AND D. The terms and conditions contained in Exhibit B, C EEnd D, attached hereto. are hereby made a part of this Agroinnent. Article TV. ALL EXPENSES TQ HE RNE BY CONTRACTOR- RA1LMOAD RE P RE ENTAT . A. Contractor shall bear any and all costs and expenses associated with any work performed hy Contractoi-, or any costs tar expcuses incur-rcd by Railroad relating to this Agreement. B. Contractor shall coordinate all of its work with the following Railroad representative or, iris or her duty authori=d reprrdsesrwit a(the"Rai mad Representative"): MCDONALD,Cady B. SCOTT,Larry H. MANAGER Or TRACK MAINTENANCE MAh1AGFR OF SIGNAL MAINTENANCE 817/8 353-7020 81718 307-5215 cb,mcdomi@)up.com 1hzcott@upxom 3501 M OPAC Rd 5701 West Vickery Blvd FOXI' WORTH, TX 76J07 Fort Wortlij'X 76107 C. Contractor, at its omt expense, shall adequately police and supervise all work to be perfonred by Contractor and shall misure that such work is performed in a safe mama as set forth in Section 7 of Exhibit B. The responsibility of Contractor for sarc ecnduel and adequate policing and sitpervisioii of Contractor's work shall not be lessened or otheswisc affected by railroad's appi-oYal of plans and specifications involving the work,or by [railroad"s collaboration in perlbrmanoe of any work,or by liie presence at the work site of a Railroad Repre mitative, or by compliance by Contmctor with any requests or=onunendraticns made by Rnil ad Representative. ArE•ticle V. TERM; TERMtNATION. A. The grant- of right herein made to Contractor shall commence on the date of this Agreement, and continuo ror kane (1) year from April. 12, 2017, unless sooner termimted as herein provided, or at such time as Contractor has completed its work on Railroad's proN. rty, whichever is earlier. Contractor agrees to notify the Rio ilE d Representative in writing when it has completed its work on Railroad's property. B. This Agreement may he terminated by eitlier party an ten (10)days writteo notice to the other party. Article V1. CERTIFICATE OF INSURANCE. A. Before e€rrrrmencia g any wDrk, Contractor will provide Railroad with the insurance binders, policies,cer{tfiiciit raidlor andorwments sot forth in Ex bit C of I11 is Ag"ement. B. All insurance correspondence,Binders, policies, certificates and/or endorsements shall be sent.to' Folder No.01196-24 Union Pacific Railroad Company 1400 Douglas Street STOP 1690 Omaha,Nebrw;5 68179-1.690 Article VI L CHOICE OF FORUM. Litigation arising out of or connected with this Agreement may be instituted and maintained in the courts of the States of only, and the parties consent to jurisdiction over their person and over kho subject matter of any such litigation, in those courts, and consent to service of procvr;s 4,sued by such courts. Article VIII. DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Repmsentative in connection with the work on Railroad's property, and any right of Contractor shall be suspended until such removal has occurred. Contractor shall indeimufy Railroad against any claims arising from the removal of any such employee from Railroad's property. Article W. AD1E'IINISTRATIVE FEE. Upon the execution and delivery of this Agreement, Contractor shall pay to Railroad One Thousand Dollars ($1,000.00) as reimbursement for clerical, administrative and handling expenses in connection with the processing of this Agreement. Article X. CROSSWGS. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. Article XT. 1GXPLOSYVYS. Explosives or other highly ftarnmable substances shall not be stored on Railroad's property without the prior written approval of Railroad. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in duplicate as of the date first herein written. ' ..._..r---.____...____._ (Cnntractur Name) Nonika J. Reynolds By A ssi Manager-Eeal Estate Name: Title: T�l4�pli�sir, ; l:Ills7i�; Lill � `� .�• � � � �� . � ) .\2 �� T - . - � ! § . . . r ! } 4Ep � �p It p' AIM *'I I i c vp sp;R ►J�� � �a � �� ell 'A' e r ?F jar ILI L do ��) fir+. -'�- �,� `�� '��yS 1j h y ..� ' �• ' jj 4 } 5 ti rye#. 4 a ilk Ir • Form Approved,AVP-Law 07I25/06 EXHIL>il<:IIT B To CONTRACTOR'S RIGHT OF ENTRY AGPX1 EMENT Section 1. NOTICE OF COMMENCEMENT OF W Q1M-FLAGGING. A. Contractor agrees to notify the Railroad Representative at least ten (10) working mays in advance of Contractor commeneine its work and at least ten (10) working days in advance of proposed performance of any work.by Contractor in which any person or equipment will be within twenty-five(25) feet of any track, of will be near enough to any track that any equipment extension (Such as, but not limited to, a crane boom) will reach to within twenty-live (25) feet of any track. No worn of any kind shall be performed,and no person, equipment. inaehhiary, Iac1(s), material(s), vehlcic{.$). orthing(s)shall be located, operated, placed, or stored within twenty-five (25) feet of any of Railivad's Ira&Qs) al any time,for any reason,unless and until a Railroad flagman Is provided to walch for trains. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine and inform Contractor whether a flagman need be present and whether Contractov needs to implement any special protective or safety measures. if flagging or other special protective or safety measures are performed key Railroad, Railroad will bill Contractor for such expenses incurred by Railroad, unless Railroad and a le&rat, slate or focal governmental entity have agreed that Railroad is to bill such expenses to the federal. state or Ial governmental entity. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty (30) days of Contractor's receipt of billing. If Railroad performs any flagging, or other special protective or safety measures are performed by Railroad,Contractor agrees Ilan Contraalar is not relieved of any of its responsibilities or liabilities set forth.in this Agreement. B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight-hour day for dhe class of flagmen used during regularly assigned hours and overtime in accordance withx,abor Agreements and Schedules in effect at the time the worts is performed. In addition to the cost of such labor, a composilc charge for vacation, holiday, health astd welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on achol payroll. The composite chaige will be the prevailing cusuposhe charge in effect at the time the worn is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times cusient Hourly rate For holidays. Wngu rates are subject to change, at any time, by law or by agreement between Railroad and its employees, and inay be retroactive as a result of iregatialions oi•a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. 11' the wage rate or additional charges are s:hanged. Contractor (or the governmental rnthy, as applicable) shall pay on the basis of the new rates ant] char . C. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work,even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements,Contractor must provide Railroad a minimum of live (5) dayii rmice prior to the ca}s.sation of the need for a flagman, if five(5)days notice of cessation is not gfvt n, Contractor will still be required to pay flagging charges for the five (5) day notice period rEclubr-d by union agreement to be given to the employee, every Though flagging is not required for that period. Am additional ten (10) days notice newt then be given to Itailrond Wflagging services are needed Again after such fare clay cesw1on notice has been given to Railroad. Section 2. 1114411T, T .A 1 }ETHORDINA7` )W OF'RIGHTS�RANTE A. 'E he foregoing grant of right is subject and subordisiate to the prior and continuing right and obligation of the Railmad to use and maintain its entire property including the right and ppwar of Railroad to construct, maintain, repair. renew., use, operate, change, modify or relocate milroa:ad tracks, fund ways, signal, communication, fiber upLicsi or olher wirelin s, plpclhios and olhcr facilities upon, thong or across any or all parts of ins properly,all or any of which may be weeny done at any tiine or times by Rallrnad witbout IiahlIily to Contractor or to any other party fofi win Peasatlon or dainW. n. The foregoing grant is also subject to all outstanding superior rights (Including those in raver of liceaisc and lessees of Raliiroad's property, and others) and lire right of Rail mad to renew and extend the same, and is made without covens til ot'title or for gtdar-i enjoyment. Section 3. NO MERTERENCE WITH OPERATIONS OF RAT ROAD AND ITS TENANTS. A. Contractor 4hall conduct its operations m as not to interfere with the continuous and utlinterrupted use and operation al' the railroad irackr} and property of Railroad, including without limitation, the operallorts of "lroatd`s lessees, licensees or others, unless specifically nuffiLu eed in ndw=e by the Railroad Representative. Nolhing shall be done or Perm iIted to be dome by Contractor at any time that would in any nutn r impair the safety of such opiamtiotls. When a 0l in uso, Canlr',wloes matt:ltinery aTid materials shall be kept At least iifly (5U) feet from the centerline of Railroad q naare-gt tr=k, and there shall be no vehicular crossings of Railroads tracks except at oxisting open public cress i rigs. B. Operatioru. oaf Railroad and work performed by Railroad personnel and delays in the work to W perf6nncd by Comractor caused by such railroad aparatio n and work Arc expected by Contractor. and Contmctur purees that Railroad shall have no liability to Contractor, or any other person or entity far any such delays. Thu Contractor shall wordinate its activities with these of Railroad and third parties so u to avoid Interference with railroad operations. Tyre safe operation of Railroad train movements and oth+ar art!vltics by Railroad takos precedance ovor any work to be performed by Contractor. Section 4. LTEKS. Contractor shall pay in full all personas who perform labor or provide materials for the work to be performed by Conlritclor. Contractor shall nal create, permit or suffer nny mechanic's or materiahnen's tuns of orgy kind or nature to be created or enfbrced against uny property of Railroad rur any such work performed. Contractor shall indamnlfy and hold harmless Railroad lix>am and against any Arm all liens, cta3ims, demands, costs or expenses of whatsoever nature in any way connected with or growing out of such work done. labor perfonned, or inaterials furnished, If Contractor fails to promptly cause any lien to be released or record, Railroad may, of its election, discharge the lien or clairn of liort at Contractor's expense. Section 5. PROTECTION OF FIBER OPTIC CABLE U TEM. A. Fiber optic cable systems may be buried on Railroad's property. Protection of the fiber optic cable systems is of extreauo importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone Railroad during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7-day nttmber for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad`s property to be used by Contractor. If it is, Contractor will telephone the telecommunications company(ies)involved,make arrangements for a cable locator and, if applicable, for relocation or other protection of the fiber optic cable, t`omi-actor shall not commence any work until all Stich protection or relocation(if applicable)has been accomplished. B. In addition to other indemnity provisions in this Agreement, Contractor shalt indemnify, defend and hold Railroad harmless from and against all costs, liability and expense whatsoever (including, witbout limitation, attorneys'fees,court costs and expenses)arising out of any act or omission of Contractor, its agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecommunications system on Railroad's property, and/or(2)any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on Railroad's property, Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged lass of profits or revenue or loss of service or other consequential damage to a telecommunication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's property. Section 6. PERMITS-COMPLIANCE WITH LAWS. in the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 7. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety, operations and programs in connection with the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D,hereto attached,to aaasuse, uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's satesv responsibilities. Contractor shall notify Railroad if Contractor determines that atty of Railroad's safety standards are enwrary to good sa#oty practices. Contractor shall furnish copies.of Exhibit la to each ofit:= employees before they enter the job site, B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site tree from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U.S.Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelegable duty to control its employees while they are on the Job site or any other property of Railroad, and to ba certain they do tint ease, be under the influence of, or have in their possession any alcoholic beverage,drug or other substance that may inhibit the safe performance of any work. D. if and when requested by Railroad. Contractor shall deliver to Railroad a copy of C'orrtrrrctur's snFety plan for conducurig tltc work (the "Surety flail"). Railroad shall have the righ(, but not the obligation. to mqulre Contractor to co=ct any deficiencies in the Safety plan. The terms of this gmeemwA shall control If there ue any inconsistencies between 111N Agrocnient and the Safety Plan, Section S. INDEMEYi'}:Y. A. Tq 1he extort not probibilod by appli; lWe statute. Contractor shall indemnify; defend and hold harmless Railroad, its afliates, anti its and &-ir officers, agents Enid employees ("lndenanified Partios") from and agalinst any and al lass, damage, injury, Iialxi y, claim, dennond, cos] or expense (includhig, without lhniltafion, attorneys, eonsultanfs and expert's lees, and court cosis). f nu or penalty (collectivoly. "Lms") irwQrmd by any parson (Including, Withatrt [imitation, any Indemnified Party, Contractor, or any employee of Contractor or of any Indenrni11ed Party) arhing taut of or in nny truinnex conncclod with (i) any work performed by Contractor. or (ii) any act or omission of Contractor, its ofticcrs, agents or 1 smptoy s, or(ill)any bmach of this agreement by Contractor. B. Tht right to indemnity under this Section 8 shall accrue upon occurrence of the eveni giving rise to tare loss, and shaII apply regardless of any negligence or stritl liability of any Indemni tied Party", except where the Loss is caused by (lie sole active negligence of an indamniliej fatly as established by [lie final judgment of a court of competent jurisdletion. The sale active negHpiare of any indemnified Party ghaII oat har(hu recovery ol`any other Inderanified Party. C_ C ont.factur expressly mid specifically" assumes potonfia) liability uprder lhis Section 8 for claims or aetlons brought by Cantractor`s own emptoy=. C-ontr=tar waives any immunity it may have tinder wnrkWs compcnsation or industrial insurame arts to indemnify Railroad under this Section 8. Contractor ackno wiedKos that this waiver wis nruWally riegotiatcd by thie parties hereto. D. No court or jury endings In any employee's suit pursuant to any wurket's Compensation not or the Federal Employers` Liability Act against a party to this Agreement may be relied upon or used by Contractor in any attempt to rr rt IiahiIity►ngninst Rul[rorad. E. The ptovislans. of this Section 8 shnil Kurvive the completion of any work performed by Contrnctor or the termination or expiration of this AgreerriwA. In no OVCM shall this ecl,ian it or any other provision of this AgTeemctlt be deemed to limil any liability Contractor may have to any Indernnificd Party by statute or under uomm= law. Section 9. RESTORATION OF PIROPERTY. Sn the event Rail authorizes Contractor to take down any !once of Railroad or in arty manger ntrrva or disturb any of the other property of Railroad its connectlori with the wark to W performed by Contractor, them in that event; Contractor shall, as scan as passible wrd at Contrmloes sale expense, res#nre such fence and other properly to ilia same tondition as (tic same were in before stich fence was teen down or such olkr property was moved or disturbed. Contractor Shall minove ell of Contractors tools, quipmant, rubbish and other materials from railroad's property promptly upon compigtivzr of the work, restoring railroad's property to tlic same stale and condition as when Contractor entered thereon. Section i tl. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement Herein contained to be kept, observed and performed by Contractor shaft in no way impair the right.of Railroad to avail itself of any remedy for any subsequent breach or default. Section 11. MODIFICATION-ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in writing and signed by Contractor and Railroad. This Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between Contractor and 12f,Hrnad and cancel and supersede any prior negotiations, understandings or agreements, whether written or oral, with respect to the work to be performed by Contractor. Section 12. ASSIGNMENT-SUBGONTRACTI<NG, Contractor shall not assign.or subcontract this Agreement,oi•any interest therein,without the written consent of the Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors, and shall require all subcontractors to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement,and to indemnify Contractor and Railroad to the same extent as Railroad is indemnified by Contractor under this Agreement. Fvrin Approwd,AW-Lmt 08124/06 EXHIBIT C TO CONT12ACTOR'S RICElT OF ENTRY AGREEMENT 3nsurstace Provlalons I?or Contractor's Rigbt of Entry Agreement Contractor shall. at its sole cost ind expense, procure and mainlnin tWring the course of the Prefect and until all ProjerA work on knitrund's property lrns been completed acid The Contractor has removes{ all equipmr,nt and materials from Ilie Rol Iroad's property and has cleaned and restored railroad's }property to Railroad's satisractinn, the insurune-e coverage listed below. Before commencing uny work, the Contractor will provide the Railroad with a Certificate issued by its his urance c®rder providing the insurance coverage required pu3suanl to the Exhibit C of this agreement hi a policy which contaitLs the follawlrtgtype of endorsement: "Union Pacific Railroad Company is named as additional insured with respect to all liabilities arising out of Imured's, as Licensee,performance of any work on the property of the Railroad." A. Commercial General Liabilikv.insurance. Commercial general liability (CGL) WM a limit of nol less than $2,000,00 each occurrence tad an aggregate limit of not less tbao S4.000,000. CGL insurance must ba written on ISO occurm= form CG Off 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, whiett must be stated on the certificate of Luunince: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing rquivalenI coverage) Shilwing"Union pacific Railroad Company Property" as tlrc DcslgnalLA Job Site. B. Businem Avtomobile Coverage insurance. Business auto cow-rage written on ISO form CA 00 tl i Or a sulrstiIuit lumi providing equivalent liability toverage) wiill a combined single Iitfiit of not iess$2.00,006 for each accideat. The policy must eomin the following endorsements, which must be stated on the certificate of insurance: Coveim& For Certain Operations In Connection With Railroads ISO form GA 20 70 10 01 (or 5uh5titute form providing equivaled coverage) sbuwmg "Onion Pacific Property" H� the Dasignalad Job Site. • Motor Carrier Acl Endorsement—Hazardous materials clean up(MCS-90) if tequired by law. C. Workers Cont e s flop iWd]Employers Liabili insurance. Coverage must include but not be limited to: a Contractor's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. a Employers' Liability (Fart B) with limits of at least $500,000 each accident, S500.000 disease policy limit$500,000 each employee. If Contractor is self-insured,evidence of state approval and excel workers compensation coverage must be provided. Coverage must include liability arising out of the U.S. Longshoremen's and Harbor Workers' A act,the Jones Act,and the fluter Continental Shelf Land Act,if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: A Alternate Employer endorsement ISO form WC 00 03 0�1 A (or a substitute form providing equivalent coverage) showing Railroad in the schedule as the alternate employer (or a substitute form providing equivalent coverage). 0. railroad Protective Liability insurance. Contractor must maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,00.0,000 per occurrence and an aggregate of$6,000,000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is forwarded to Railroad. E. Umbrella or Excess insurance. If Contractor utilizes umbrella or excess policies,these policies must"follow form"and afford no less coverage than the primary policy. F. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability covcragc), with limits of at least$5,000,000 per occurrence and an aggregate limit of$1.0,000,000. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising form the insured facility accepting the materials, with coverage in minimum amounts of$1.000,000 per loss,and an annual aggregate of$2,000,000. Other Requirements G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insured"using ISO Additional Insured Endorsements CO 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 2.6, and CA 20 48 provide coverage for Railroad's negligence whether sore or partial, active or passive, and shall not be fished by Corrtraemr's liability under the indemnity provisions of Ihls Agwewont. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate ar Insumnre), uWass the law governing III is Agreement prohi11iis all ptm]tivc daninge-,t Ihat might ariso under Ili is Agreement. L Contractor waives all rights of recovery. and its insurens also waive all rights of subrogation of damages apillsl Railroad and Its agonis, D fir:ors, diracfors ak cmployce,s. This waiver tnwt be stated an the cerliFicateof insurance. J. Prior to commenciog the work, Contractor shall furnish Railroad with a certificate(s) or insurance,execti led by a duly aulhorircd mprosentative of each Insurrx.5howlrig wilipt1wil a wills the Insurance requi rrments in this Agreement. K. All insurance policies roust he written by a reputable insurance company aweptahle to Railroad or with a curreni Br,-;Vs I urance 0uide Rating of A- and Class VI or better,arrd authori7xd to do bugin.m in the states) in which the work is to be perfomied. L. The ract Ihal insijrunce is obtained by Contraclor ar by f iilroad an behalf of Contractor will not be deemed to release or dirnin0 h the liability orCon(ractor, ineludbig.without Iimi tat i0i),liability under•the indemnify rrsrvislcrns orlhis Agsmmen1. Damages woverable by Railroad N n Contractor nr any third party will not he Iimi#ad by the amount of the requirrd insurance coverage. Pipeline Grossing 07120/08 Form Approved,AVP Law El XHISIT D SAFETY STANDARDS MEVUV1IJM SAFETY REQUIRE,MENTS The term "employees" as used herein refer to all employees of Licensee or its contractors, subcontractors,or agents,as well as any subcontractor or agent of any Licensee. L Clotbing A. All employees of Licensee will be suitably dressed to perform thoir duties safely and in a manner that will not interfere with their vision,hearing, or Free use of their hands or feet. Specifically,Licensee's employees must wear; (i) Waist-length shh-ts with sleeves. (ii) Trousers that covcr the entire leg. If flare-legged trousers are worn,the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-toed lbotwear that conforms to the American National Standards Institute(ANSI)and FRA footwear requirements. B. Employees shall not wear boots (other than work boots), sandals, canvas-type shoes, or other shoes that have thin soles or heels that aro higher than normal- C. Employees must not:wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating or working on machinery. II. Personal Protective Equipment Licensee shall require its employee to wear personal protective equipment as specified by Railroad rules,regulati«nti, or re;ornmonrted or regitesled by the krtilroad Representative- (i) Hard hat that meets the American National Standard (ANSI) Z89.1 -- latest revision. Hard hats should be affixed with Licensee's company logo or name. (ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific job situations such as welding,,grinding,etc. (iii) Hearing protection,which affords enough attenuation to give protection from noise levels that will be occurring on the job site. Hearing protection, in the form of plugs or muffs, must be worn when employees are within: ■ 100 feet of a locomotive or roadway/work equipment ■ 15 feet of power operated tools ■ 150 feet of jet blowers or pile drivers ■ I So feet of retarders in use (when within 10 feet, employees must wear dual ear prowetion—pia and 111 Li lTw) (iv) Other types of pemor.W protoctive equipment, such as respirators, fall protection equipment. and face 5hields., must be, worn as.recominendrd of requested by the Railroad Rc pr=Mati ve. M. On Track Safety Licensee and its conlnrctor arc responsible for compliance with the federal Railroad Adininistration`s Roodway Worker Protection regidations—49CF 214. Subpart t<` and Railroad's On-Truck Sarety rules, Under 49CFR2K Subpart C, railroad contractors are responsibic for the Iraining of their employees on such regulations. in addition to the insiructlons contained in Roadway Worker Protu;tion reguIntIons,all employees inust: (i) Maintain u minimum dislance of at to t twenty-five (25) fact to any uncle unless the Railroad keprescntaifve is pr nt to auttiorize ttravements. (ii) Wear an orrsnge, retlecturized work wear approved by the Railroad representative. (iii) PorticlPafe In a job briefing that will specify the type of On-Track Sotety far the type of work being, perfornted. Umisee must take sNcial note of limits of track authority, which tratAs may or may not be fouled, end clearing the track. Licensee will also receive special instructions relating to Ilia work zurre around machines and minimum distances belween tuchines while working or traveling. IV. Equipment A. It is the respoll-ibility of I..€ce we to ensure that all equipment is itx n safe condition to aperaw, 1.17, in llie opinion of the Itatilroad Repremenlafive, any orocearsews equipment is kimafe fnr use, Uxciisee shall remove such equipment rrom Railroad's Properry. In addition, Licensee must ermure that the operators of all equipment um properly trained and cotnfetent in dre safe operation ofilre equipment. In addllion,operators rnn.st be: ■ Familiar and comply with Railroad's rules on IczknulAagnkit of equipment. ■ Trained in and caTnply willr The applicable operitIng rules if apetn ing any by-rail equipment on-track. ■ Trained in and comply with the upplicable air brake rotes if operating any equipment that movos rail cars or any other rail bound equipment. B. All stif-prapollcci equipment crust ho equlp* with a first4d kit, fire extinguisher, and audibic back-up warning,daviet. G. Unless otherwise mithorized by the Railroad Representative, all equipment must be parked a minimum of twenty-lave (25) feet from ony track. Before leaving arpy Qquiptrtw onattended, the opomtor must stop the engine and properly secure the txlulpment ogninst movernerrl. D. Cranes must he equipped with tivee grange cones that will be used to marls the working area of the crane and ilia aiin]mum clearances to overhead powerlines. V. General Safety Requirements A. Licensee shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Licensee shaII ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On-Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work, the employee must voice there during the job briefing. Additionai job bdefillp, will be conducted during the work as conditions,work procedures,or personnel change. C. All track work perforated by Licensee meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. D. All employees comply with the following safety procedures when working around any railroad track: (i) Always be on the alert for moving equipment. Employees must always expect movement on any track,at any time, in either direction. (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components. (iii) In passing around.the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee in charge. (v) Before stepping over or crossitig tracks, look in both directions first. (vi) Do not sit on, He under, or cross behve4m cars except as required in the performance of your duties and only whetr track and equipment have been protected agauiat movement, E. All employees most comply with all federal and state regulations concerning workplace safety. FO IRR-T WORTH & WESTERN APPLICATION FOR RIGHT OF ENTRY (Please allow 30 days for processing) Fort Worth &Western Railroad Phone: (817) 763-8297 6300 Ridglea Place, Suite 1200 Fax: (817)-763-8297 Fort Worth, TX 76116 Tax ID: 75-2267711 Atten: VP, Administration Activity. Overhead (Aerial) Crossing: [ ] Grade Crossing: Private/Agricultural [ ] Commercial [ ] Underground Crossing: Petroleum Pipeline Oil [ ] Gas [ ] Other [ ] Water Line [ ] Sewage Line [ ] Electrical Line [ ] Communication Line [ ] Other [ ] (Explain) Applicant is a: Public Utility [ ] Municipality [ ] Water District [ ] County or State [ ] Common Carrier ( ] Individual j ] Private (For Profit) Corporation [ ] MON REFUNDABLE ARRLICATIO►ii FEES General Temporary Right of Entry$750.00(temporary purpose only) • Surveys • Environmental investigations • Inspection (bridges, roads, etc.) • Monitoring wells, Soil boring or sampling • Minor inspection/maintenance activities I Page FWWR 010 227 ( REV 1115 ) Facility(Utility) Encroachment$1,050.00(new installation, upgrade/modification to existing facilities). • Pipelines (water, sewer, gas, culverts, etc.) • Wielines (electric, fiber, cable, etc.) • Culverts Flagging ' • Flagger required when within 26' of center line of track with men, material or equipment • Flagger may be required at any time work is performed by a third party in FWWR right- of-way • $140.00/hour, eight-hour minimum per day = STANDARD RATE • $210.00/hour (1-Y2 time) from eight to twelve hours = OVERTIME RATE • Flagging should be scheduled no less than 10 days in advance • Cancellations must be made by phone (no voicemail) 24-hours in advance Safety Training Fort Worth &Western Railroad requires all personnel who will be in the right-of-way to participate in the FWWR Roadway Worker Protection/On-Track Safety (RWP/OTS) Contractor Orientation Program. FWWR's training contractor is National Railroad Safety Services (NRSS). Your contact for scheduling, cancellations or questions is Larry Hopkins at: (214) 417-7400 or (817) 275-NRSS (6777) or email lhopkins@nrssinc.net. The orientation session generally runs from 2 to 2-1/2 hours in duration, including a 25-question multiple-choice exam. Only participants passing the examination will be permitted on the property. A qualification badge will be issued to each participant after the exam, indicating training date, training is good for a period of twelve months. Fee schedule • 1 to 4 individuals = $220.00. • Each additional individual = $55.00. • Maximum class size in ARLINGTON = 30. • Training hosted at your facility: $501hour instructor travel time and $0.55/mile. • Interpreter fee = $100.00. 21 Page FWVVR 010 227 ( REV 1115 ) Insurance Temporary Occupancy Commercial General Liability Contractual Liability with a single limit of 1,000,000 each Insurance occurrence and an aggregate limit of at least $2,000,000. Business Auto Insurance Combined single limit of$1,000,000 per occurrence Workers Compensation and Employers liability with limits of$1,000,000 per Employers Liability Insurance occurrence, $1,000,000 disease policy limit, and $1,000,000 diseased each employee Insurance Pipeline/Wire Line Commercial General Liability Commercial General Liability insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or claim and an aggregate limit of at least $4,000,000 Business Auto Insurance Business Automobile Coverage insurance. This insurance shall contain a combined single limit of at least $2,000,000 per occurrence or claim, including but not limited to coverage for the following: Workers Comp Insurance Employers' Liability (Part By with limits of at least $1,000,000 each accident, $1,000,000 disease policy limit $1,000,000 each employee Umbrella or Excess Liability Insurance coverage required in Items A, B and C above, with limits of$10,000,000. Railroad Protective Liability Insurance This insurance shall name only Licensors as the Insured with coverage of at least $6,000,000 per occurrence and $10,000,000 in the aggregate. The policy shall include the following: 3 1 P a g e F W W R 0 1 0 2 2 7 (REV 1 1 1 5 ) Project Information: Legal name of company, municipality, individual requesting access to Fort Worth &Western Railroad Company's right of way: Mailing Address: City: State: Zip Code: Phone: Fax: Tax ID Number: Email Address: Location of Installation: Nearest Street: Nearest Town: County: State: Railroad Milepost: Latitude: Longitude: Is the work or equipment to be within 25 feet of the track(s)? [ ] Yes [ ] No (If yes, flagman will be required on site at your cost) Will there be an excavation involved? [ ] Yes [ ] No (If yes, flagman will be required on site at your cost) Time period for your project: Start Date: End Date: Underground Facilities Total buried length on FWWR's right of way: Bury depth: From base of rail to top of casing: feet Minimum depth on right-of-way but not beneath the tracks: feet Below ditches: feet Aerial Facilities Type of Wires/Cables: # of Wires: volts: Phase: Cycles: 4 1 P a g e FWWR 010 227 ( REV 1 / 15 ) Occupied conduits: Vacant conduits: Total conduits: Wire clearance over or under top of rail: feet over or feet under If under track: kind of conduit: size of conduit: Wire clearance over Railroad's wire lines: Poles Kind: Size: Height: Set in: Earth [ ] Rock ( ] # of poles on Railroad's property: ❑istance of poles from track: Guy Wires Overhead: Down: Kind: Size: Pipeline Data Material to be conveyed: Flammable: [ ] Yes [ ] No Temperature: Maximum work pressure: (psi) Field test pressure : ( psi) Type of Test: Pipe Data Carrier Pipe Casing Pipe Material Process of Manufacture Material Specifications Material Grade Minimum Yield Strength (psi) of Material Mill Test Pressure (psi) Nominal Diameter Inside Diameter 51 Page rwwft 010 227 ( aEv 1 / 15 ) Outside Diameter Wall per Foot Type of Seam Laying Lengths Type of Joints Type of Coating Cathodic Protection Details Protective Coating Details Distance from base of railltop of rail Minimum ground cover Type of insulators or support Size: Space: Number of Vents: (Flammable substance requires 2) Size: Height above ground: Method Jacking [ ] (Jacking pit location must not be on RR ROW) Drying Bore only [ (Jacking pit location must not be on RR ROW) 6 1 P a g e FWWR 010 227 (REV 1115 ) FWWR TRACK DEPARTMENT MEMO To: Contractors/Consultants working on FWWR property (or trackage rights property) From: William Parker, Director of Planning Date: January 1, 2014 Subject: Roadway Worker Protection/On-Track Safety Orientation for Contractors on FWWR Fort Worth &Western Railroad requires all personnel who will be in the right-of-way to participate in the FWWR Roadway Worker Protection/On-Track Safety (RWP/OTS) Contractor Orientation Program. The program is designed to help personnel avoid putting themselves in a POSITION OF PERIL on our property. This is accomplished through basic training on how to stay safe and aware around live railroad tracks. FWWR's training contractor is National Railroad Safety Services (NRSS). Your contact for scheduling, cancellations or questions is Sally Smith at 817-275-6777 or email• ssmith@nrssinc.net. Locations: MAP AND 1. NRSS Training Facility,4019 Woodland Park, #101,Arlington,TX 76013. Capacity 30. DIRECTIONS 2. Your facility(or you rent facility)—additional charges include trainer's travel time/mileage. next page The orientation session generally runs from 2 to 2-1/2 hours in duration, including a 25-question multiple-choice exam. Only participants passing the examination will be permitted on the property. A qualification badge will be issued to each participant after the exam, indicating training date;training is good for a period of twelve months. Fee schedule (2014 calendar Vear): • 1 to 4 individuals =$220.00. • Each additional individual =$55.00. • Maximum class size in ARLINGTON =30. • Training hosted at your facility: $50/hour instructor travel time and $0.55/mile. • Interpreter fee =$100.00. Scheduling: ® Classes will be scheduled between the hours of 8:OOAM-4:OOPM CST, Monday through Friday. • NRSS requires three business days (72 hours) advanced notice for scheduling. • Scheduling is first-came-first-serve basis. • Your contact for scheduling is Sally Smith at 817-275-6777 or email:ssmith@nrssinc.net + IF ANY PARTICIPANTS REQUIRE SPECIAL ACCOMODATIONS NOTIFY NRSS DURING SCHEDULING. • If participants require training/materials in Spanish request bilingual training during scheduling. Additional instructions: + Cancellations must be made by 4:OOPM CST weekday prior to scheduled training. a Payment must be maple in full prior to or same day of training- • NRSS reserves the right to cancel because of weather conditions with no charge to client. Class will be rescheduled at the earliest opportunity. • Travel time for instructor(if at your facility) is portal to portal time from Arlington,TX location. • Returned/bounced check fee$35.00. Qualification badge replacement fee$10.00. • Each participant must have a photo ID before taking training class. TRAINING WILL BE IN THE ENGLISH LANGUAGE If you require English/Spanish instruction and materials you must request this during scheduling. TRACK DEPARTMENT DO IT RIGHT EVERY TIME and don't put yourself in a POSITION OF PERIL NRSS Training Facility,4019 Woodland Park Blvd., Suite 101,Arlington,TX 76103 https:Hmaps.google.com/maps?hl=en&tab=wl From East Loop 920: ® Exit Rosedale/303 • Turn east onto Rosedale/303 • Continue approximately 3.5 miles to Park Springs Blvd. P.• Turn south onto Park Springs n - � c • Turn west at 1st light, onto Woodland Park Blvd • NRSS Facility is at 4019 Woodland Park,#101 A? From 1-20: • Exit Bowen �r • Turn north onto Bowen "'' • Continue approximately 2.3 miles to Arkansas _ - + Turn west onto Arkansas °} lip- ii L �.I�y1• • Continue approximately 1 mile on Arkansas • Turn north onto Park Springs for approximately 0.5 miles k� h."' , , • Turn west onto Woodland Park I r P • NRSS Facility is at 4019 Woodland Park,#101 {� �, Wp wr.. W=:1 V Milli IMAN41i From 1-30: • Exit Eastchase Parkway • Turn south onto Eastchase Parkway + Continue approximately 2.9 miles to W. Pioneer Parkway(303) Note:Street name will change from Eastchase Parkway to Dottie Lynn Parkway to W Green Oaks Blvd • Turn east onto W. Pioneer Parkway(303) • Continue approximately 1 mile • Turn south onto Park Springs Blvd • Turn west onto Woodland Park • NRSS Facility is at 4019 Woodland Park,#101 TRACK DEPARTMENT DO IT RIGHT EVERY TIME and don't put yourself:in a POSITION OF PERIL FONT�+U1(3.xH & W�ST)l�RN FLAGGING REQUEST FORM To be completed by EWWR Job name For questions,scheduling, and Sub/M.P. cancellation: TWC or Restricted? FWWR Job Number Cancellations must be made by phone(no Brief Description volcemail)24-€yours in advance. Est. calendar duration Larry Hopkins Agreement name, National Railroad Safety Services arties, effective date (m)214.417.7400, (o)817-275-6777 CSJ if applicable Submit form by email to: Bill Parker, Dir. Planning,wrp@fwwr.net Current flagging Information • Flagger required when within 25' of center line of track with men, material or equipment W Flagger may be required at any time work is performed by a third party in FVWVR right-of-way • $140.001hour, eight-hour minimum per day = STANDARD RATE • Terms: Net 30 days, outstanding balances after 30 days will be charged a $25 dollar late fee and finance charge of 1.5% per month. • Requesting party shall be liable for all attorney fees and costs necessarily incurred to collect overdue amounts • Flagging day (8-hour minimum) includes travel time,job briefing time, flag set up time • Rates include all applicable taxes; flagging billable monthly, Net 30 basis, ,billed per project agreement • $210.00/hour(1-1/time)from eight to twelve hours = OVERTIME RATE Projects with a flagging day up to 12 hours per 24-hour period require a single fagger* • Projects with a flagging day from 13 to 16 hours per 24-hour period require two eight-hour fagger shifts • Projects with a flagging day from 16 to 24 hours per 24-hour period require three eight-hour flaggers shifts • Flagging should be scheduled no less than 10 days in advance a Cancellations must be made by phone (no voicemail) 24-hours in advance 7-0 be canrpleted by Requestor MUST COMPLETE "BILL TO PARTY" OR REQUEST WILL BE DENIED""' Company Name Contact Name/Title Phone numbers Email Address Fax Number Mailing Address for Invoices, This the :'1311.1 TO PARTY" Brief Description of Planned Work. Note portions within 25' of center line. Recommend attaching exhibit with submittal of this form. R.R. M.M. or Xing Estimated Duration Is T.R.O.E. done ? FWWR010238 0I15/2015 GR-0I 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH TIPPER CLEAR FORK INTERCEPTOR IMPROVEMENIS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY"OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02448 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:2-29-2012 STANDARD PRODUCTS LIST Af:F111 vid Spty No, Mussillealimm i I.11 Ur_'II'Itll'rr \Yeulel fills, I Ikiliskkll` rlvr ,ql7d WASTEWATER Manhole Inserts * EI-14 Manhole wsea _ Knutson Cnte pni Made to Order-Phrsvc ASTM D 1243 For 24"dia. 3a &.1lni=VgLkutlur Slu®ninnftr"ltlmlr: 4%7hl 14114t Pta74"dl- x EI-14 Mautrole Ltsen Noflowlnflow Made to Order-Plastic ASTMD 1248 For 24"di.. EI-14 Manhole lnsen 09123/96 n Southwestern ftekigg&Seals,Inc. Life,Saver-Stainless Steel For 24"dia, 09123196 E1-14 iMmholcInsm Southwestern Pack. &Seals,htc. Tabarl.ok-Stainless Steel For24"dia Manholes&Bases/Frames&Co_ye_rs/Rectan€.ilar _ Manhole Frames and Covers Western]ran Works,Bass&tl.4ys Faun 1001 241.x40"WD _ Manhole Frames cad Covers Vuleaa Foundry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) E1-14 Manhole Frames and Covers __ __ __ Wmer¢Ima Works,Bass&1lays Foundry 3002 _ 24"Dia. _ EI-14 Manholc Fmmcs and Covens McKinley Iron Works Inc. A 24AM 24"Di.. a EI-14 Manhole Formes and Covers Ncemah Casting 24"Daa_ s El-14 Manhole Formes and Covers Vulcan Foundq 1342 ASTM A 48 24"Di.. El-l4 Manhole Frames and Covers Sigma Corporation MH-144N El-W ManholeF ores and Covers Sigma C oration MH-143N E1-14 Manhole Frames and Covers Pont-A-_Monssm GTS-STD 24"dia._ E1-14 Manhole Frames and Covers NcelmlI Casting 24"dia. 7n=3 EI-14 Manhole Frames and Covers _ Saim-Gob—ti elnm(Nuff h n) RE33-ASPS 30"Dia. 01/31106 EI-14 30"D1MHRingadCover East Jordan Iron Works V 1432-2 and V 1483 Desi s AASHTO M306-04 30"Dia. Iamb E144 30"DIMHVin and Cover Si lion MH1651FWN&MHI6502 30"Dia 07119/11 EI-14 30"DIMH RhT and Cover Star Pee Products M132FTWSS-DC ..3TDia =10/11_ ___.,.,-EI-14 30"D1 MH Ain and Cover Accacast _._220700 Heavy Dury wi Gasket Ran 30"Dia Manholes&Bases/Frames&CoversMater Tight&pressure Tight El-14 Manhole Frames and Covers Poor-A-Mousson Pamu t 24"Di.. El-14 ManholeF es and Covers Neenah Casting 34"Dia. * El-14 Manhole Frames and Coven; Vulcan Fouaft 2342 ASTMA48 24"Dia. Eu14 Manhole Frames and Covers Western Iron Works,Bass&Hays Foundry 300-24P 24"Daa. _- EI-14 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24'Di.. 01/08/00 EI-14 Marthole Frames and Cavern Accueast RC-2100 ASTMA48 24"Dia. 04P-DMI EI-14 Manhole Frames and Covers Seramporeindmtries Privatelld. 300-24-23.75 Ring and Cover ASTM A 48 24"Di.. Manholes&BaseslNew/Components — ------------ 07/23/97 _ Umhane halic Warersw AWA Kogyo K.K. _ _ _Adeka Ultra-Seal Y-201 ASTM D2240ID412ID792 04126I00 Offset Joint for 4'Diam.MH Hanson ConcmcProducts Drawing No.35-0049-001 04l26/00 Pmfilc Gasket for 4'Dimn.MIi. less-Seal GasketC 350.4G Gaskcx ASTM C-443JC-361 SS MH 1126I99 HDPE M anhole adjustment Ring Iadteeh,Inc HDPE Adjusunent Riog Nan-1mfEc area 5/13105 Manho a External Wrap Canusa-CPS rVr idSeal Manhole Fri capsulation_-ulation Syst --,- Manholes&Bases/New/Precast Concrete EI-14 Martholc,Precast Concrete 4ykoCoduhCop SFL Itcni#49 ASTM C 478 48" a EI-14 Manhole,Precast Conenae Wall Concrete Pipe Ca lnc. ASTM C-443 48" EI-14 Manhole,precast Concrete _ Hanson(formed Gifford-Hill) ASTM C 478 48" 04l26Po0 E-14 MH,Single Offset Scal Joint Hanson TyjxF Dwg 35-0043-001 ASTM C 478 48"Dcam MH 09123196 EI-14 Manhole,Precast Concrete Concrete Pmducclnc. 48"1.D.Manhole wl 32"Cone ASTM C 478 48"w/32"mne 08130106 E1-1:4 Manhols,Precast Concrete The TL cr Canpany 48"LD.Manhole wl 24"Cone ASTM C 478 49" 10127M6 E1-14 Manhola,Precast COAC= OldcasdePrecass Inc. 48"I.D.Manhole w/2V Cone ASTM C 478 48"Diam w 24"Rang 06/09/10 EI-14 Manhole.Precast(Reinforce Po er)Coagrtre SJS Can ite Pa Reinforce Pol Conrme ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 1126199 F-tbcr ss Mankaole Fluid Containment,lnc- Flomite ASTM 3753 Non-trafficarca 05130/06 Fiber ass Manhole L.F.Manufacuuittg......._..__-_._ Non-tsa0ic area Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rchah Systems Quadax 04123101 El-14 Manhole Rehab Systctns Sraodard Cement Materials,Inc. Rainer MSP El-14 Manhole Rehabs stems ------ - APIM Permaf _--- - 4/20101 El-I4 Manhole Rehab System Suot -Seal Systems Strong Seal MS2A Rehab System 511203 E1-14 Manhole Rehabs sunn Poly-ucplex Technoto'cs MIT rc air product to stop infiltration ASTM D5813 08130" General Contt aRepair F1e:cKrete Technologj s.............— _ Vinyl PodyesterR Product Misc.Use Manholes&Bases/Rehab Systems/NonCementitious 05120l96 EI-J4 Manhole Rehabs stems Sprayroq, spray spmy WAR Polyumdmc Coating ASTMD6391D790 * EI-14 Manhole Rehab Systems Sun Coast 01131M _ Coatin s for co ion Protectim Clxstertou Arc 791,SI HB,3 L S2 Acid Resistance Test Sewer A ' ss a_ 8Y2SI2006 Cm gsf�Comnsim Protxtion Warren Emdnxm cal S-301 and M-301_ Sewer Applirarians 08130M Comings for C-rt inn Prmectaon Cicada SLS-30 Solids Epacy Smcr Applicadons PipeMew/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 7121M Cent.Cm Fiber ass _ Hobas Pi eUSA,lne Hobos Pipe(Non-Prmsure) ASTM D3M21D3754 10/3=3 ilFlowtite ---.�---_Anitech USA — ......_ Prepared 2/29/2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-20-2012 STANDARD PRODUCTS LIST Appt'rlvxl Sppv No. tlzwu fii'atlwi NIl%P1r1r:arfatr4tr NodaFMI Voc 4e 0342VIll Frber�lass Pipe _ Am®.n Hondstrand RPMP Pi ASTM D3262A)3754 4114105 Pokyrw Modified Conemte Pi _ Amitech USA meywMlycrye Pip. ASTM C33,A276,F477 r^w IO2",Class V 06mllo El-9 Rcint'orccd Pol - Coraxrte AP. ___._ U3 compoew pipe _.__ Rei&—A Poynter Concrme P' — ASTM C-76 Pt eD s/I�Tew/Concrete £ EI-04 Conc.Pipe,Re)nforecd Wall Concrete Pipe Co,Inc. ASTM C 76 EI-04 Cone.Pi e,Reinfonxx[ I{tiro Canduh Co MU'en Class M T&G,SPL Item#77 ASTM C 76 E1-04 Conc.Pipe,Reinfor d Hanson Concrete Yroduus SPL Item#95-Ma,giole,#98-Pie ASTM C 76 F14A lCon Pi 5 Re`itd'orecd Concrete Pipe&Products Co.like. ASTM C 76 Pines/New/Dactile Iron EI-06 D.e10c Iron Pipe QiWM Pipe Frdwta,Co. Super Boll-lire llucdle Iron Prassun:Pipe, AWWAC150,C151 3"dmt24" a E1-06 Ductile Iron Pipe American Dlcdle Iron Pipe Co. - An1u&an Fastite Pipe AWWA C150,C151 4",8"&I," EI-06 Dm-&lmn Pipe U.S.Pipe and Foundry C. _ AWWA C150,CI51 E1-06 DucNelron ripe McWaac Cast Iron Pipe Co. AWWA C159,C151 Pipes/iNew/PVC(Pressure 12102111 E1-24 DR-I4PVCPrmsurel'ipe Pipelifc lclstrcam PVC Pressure Pipe AWWA C900 4"thm 12" Plpes/NeW/IIDPE(Pipe,Burstine/S1iplininQ) ° High dens ty pnlyethylure pipe Phillips Driscopipe,Inc. O fiwrc Ductile Pot eth le,Pipe ASTM D i248 8" I[igh-dcnsit 1 crb lime i. Flex-Ire. ASTMD I?A8 8" _ High-densitypolyedrylene pipe - ---- Poll Pi e,Inc. - ASTM D 1248 _ X. _ ---- High-density potyethylenc pl, CSR Hydro Conduit/Pipeline Systems McComr.OPi eLAwgement ASTM D 1248 Pipes/New/PVC� — 11104198 EI-31 PVC Cormgated Scwcx Pic Comech Constructi.n Products,Inc. Coau:ch A-2000 Sewer Rye-_ 1 ASTM F 949 S"th 36' ril pVC Corru atcd Scwc Pipe Upouor ETT Com an Ulan corn ASTM F 949 24"to 36'Ord 05)U4M9 EI-3F PVC Cmnt tadeua7 S Pije Diamond Plastics C _ __ _ CORR 21 ASTMF 949 W_w 36"0.1lV-___ E1-25 PVC Sewer Pipe _ Can-Tex,Industries _ ASTM D 3034 4"tiuu 12" * EI-25 PVC Sewer Pi Certain-Teed Products Co ASTM D 3034 4"thnt 15" . -.--...._........... EI-25 PVC Scw Pi • Na co Mju-fhcl.rhlg Co ASTM D 3034,D 1784 4"&8" E1-25__ PVC Sewer Pipe )-M Mmufa_aging Company,Inc. _ASTM D 3034 4"-15" 12123197. FI-27 PVC Sewn pie Diamond Plastics Crupomdon _SDR-26_and SDR-35 ASTM F 7a9,ASTM➢30.34 4"tbm 15" e E1-27 PVC Scmr l5 e LamsonV lm Pic ASTM F739 4"thru l5" PVC Sewer Pipe Extrusion Technologies,Inc ASTM D 3034 8",10" 11111198 El 2H PVC Scorer Pie Diainend Plastics Cwrnrarion "S"Gravity Sewn Pipe ASTM F 679 18"to 27" e HI-28 PVC Sewer]fie_ 1-M Mm4acwrhi Co r,Inc. _ ASTM F679 18"-27" 111121" E1-29 PVC Truss Pipe _ Contech Comtruc[ion Products,inc Contcch PVC Tmss Pie ASTM D 26M 8"through 15" 69126N1 FIOp-2 Closed ProTde PVCPipe Lamson Vylon Pic Carlo.Vylon H.C.Cl—Profile ASTM F794 18"w 48" 11117199 E100-2 Closed rioCde PVC Pipe Diamond Plastics Corpmadon ASTM 1803/F794 18"r.48" O5/M05 EI-28 PVC Solid Wall Pipe M) wd Plv_sti�Corp. tiou PS 46 ASTM F-679 18"1.48" 04/27/06 El-25 PVC Se Fittings Harco SDR-26 and SDR-M G.dk Fitmgs ASTM P-3034,D-[J84,exc 4"-15" 6 EIM VVC5 PhtlqUs 1LmTtmtts,itw GuLm"VVCS veer MAW pllIWAI ,S1�dP343t — ............ I Pipes/New/Ribbed Open Profile Larlre Diameter 09,2691 E100-2 I PVC Sewer 1'i�e,,Ribbed Iamson V lw Pie _ Carl.n Vylon H.C.Closed Pmfilepi q ASTM F 679 18"lu 48" 09MAl E100-2 PVC Sewer Pipe,Rihhed Extrusion iechnel.gies,Inc. Ultra-Rib O "t Prot-ifc Sewer Pie ASTM F 679 18"to 48" E100-2 PVC Sewer Pi c,Ribbed Up—FTI Coro ny 11/10110 (EI00-2) Pal r.pyl—(PP)Seswx Pi Dwble Wall Admead DngpW Sysmam(ADS) SaniTiw HP Dmrbk Wall(Corfu red) ASTM F2_736 24"-3W 11l10l10 ..._....(EIW21 Polypm ere(PP)Se IMM Triple Wall ._._.... Adran d erma- Systems(ADS) -. SamTiu:HP T'le Wall Pipe-.... ._ ASTM F 2764 30"to 6W 0/16l1 l Sted Rehs"cM Pol le.a Pipe ConTeeh Construction Products Due x ASTM F 2562 24"zo 72" Pipes/Rehab/CIPP Cured in Plan;lip, htsin mnTexark,luc ASTMF 1216 05103199 Cored in Place Pipe National Fnvirotech Croup National Liner,(SPL)Item#27 ASTM F_12[&TD 5813 05129196 Cured in PlaccPi _ Reynolds lndlnliner Teehnolgy(LiUm USA) lrliner Technoingy ASTMF 1216 Ploes/Rchah/Fold&Form £ Fold and Farm Pipe Cullum Pipe Systems,inc. 11103198 Foldand Form Pic lw im{oxm Tcehnolo'cs,Inc, Mn icufonn"Now. ASTM F-1504 Foldand Furor Pipe-__ Ammican pipe&Plas&s,Inc. Demo.Purpose Only 12/04100 F.ldnnd F..apipe Ulualiner Uluuliner PVCAfl Pi eliner ASTM F-1564,1871,1967 ON Y19103 Fold and Form Pie Miller Pi elhte C _ EX Method ASTM F-1504,F-1947 Up to 13"diamuer Pipe Enlar m�ystem(IVlethod) PIM C AM tem S --.... u --. _ ........_.ys - - rparadon Polycth lent PIM Corp.,Piscata Way,NJ. Approved Previ.usIy McConnell Systems _—_ Mcr nr Canst—non Polyethylene H—ton,Texas AppmvcdPreviously TRS S [ems __ Tmncldm R•laccmcnt S sr= _ Polyethylene Cal a ,cmada Approved Previously pipe Cashig Spacers 11104102 5lew1 Hand Casing Spacers Advanced P roducts and Systems,Inc. Carbon Stn:l Spew s,Model 51 02I02193 Stainless Seel casing Spaar Advancedpmductsand Sys[cros,Inc. Stairdess Steel Spacer,Model SSI 04122787 Casing Spacers Casca&Watervrorks Mantrf ctunng- Casing Spacers 09/14110 Stamless Steel Cos' Saar ------Pi Seal and I..1 r.r Sminless Steel Casio -- ---n1g p Pie g��* Upw48'<]><2> -- 091f 41!0 Coaeed Steel Casio Spacer - Pipelhx Seal and insulator - t^ffimd S1ae1 Casio Spacers Up to 48"<1aL> 051t0/11 Stainless Steel Casing Spacer --Powerseal _--_-- 4810 Powerdwek --_-- Upto 48"<l>r2> Coatings x Linin S seem Sauereise.,Inc Setwi Gazd2IORS LAC #210-133 t)2125102 E. Prepared 2/2912012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST ", Pllrovn] 5ger.l ls, 7asssifi1l111nn 14Qa1I11 AC141141 ]i117a1 r1_ I4atiu11a1Spcc Stye 12/14/01 jppmy LiniuS System Rinker Materials Lmth 2030 and 2100 Series Ime[ior Ductile Iran lei Coaiin Jnduron P rtn 401 ASTM B-117 Dttctile Iron P"i Qnl WATER Pipes/Valves&Fittings/Combination Air Release ' El-II Combination Air Release Valve GA Gsdmtries,Its- Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class D,ASTM A x El-I1 Combination Air Release Valve Multiplex Manufaautin Co. Crispin Air and Vacuum Valves,Model No. -- 112",I"&2" EI-11 Combination Ait Release Valve Valve and Primer Corp. APC0#143C,1#145Cand4I47C 1",2"&3" Pipes/Valves&Fittings/Ducdle Iron Fittings 07123/92 E1-07 Ductile Iron Fittings Star Pipe products,Inc. _ Mechanical Joint Fiuhtgs AWWA C153&Cl10 _ a El-07 Ductile Iran Fittings Grift-m Pipe Products,Co. - -- Mechanical Joint Fittings_,_—_ AWWA C 110 — — - EI-07 Ductile]roe Fiaii McWanefr lei Pi Umon Utilities Division Meclrairical Joint Fittings,SSB Class 350 AWWA C 15_3,C_'10'C 11I --- ..........EI - _-,._ Y P� --- OSl14198 EI-07 Duttilelmn Finings Um-Flange Series 1500 Circle Lock Pipe Restraints _- 081I0198 EI-07 MI Hicin s Sigma,Co. Class 350 C-153 Ml Fiaings _ __AWWA C153 4"-24" 05/14/98 EI-07 Ductile lion Joint Restraitirs Ford Meter Box Co. Uni-Flange Series 1500 Cimle Lock AW WA Cl I I/C153 4"1012" 11/09/04 E1-07 Ductile Iron Joint Restraints _ One Balt,Inc- One Bolt Restrained Joint Fitting AWWA C111/CI 161C 153 4'to 12" p3f29112 33-!I-1 t Ductile Iron Pipe Mocbanieal Jain[Restraint EBAA Iran,Inn Mcg9ugSerks1100(far D1P)pe) AWWACHUCI161C153 4"to 42" 02/29/12 33-11-11 PVCM Me"k-tica_I Joint Restraim -- EBAA km4 lns _ Megalug Series 2"(for PVC __ --. Ptpc) AWWA CIIIICI167C 153 - 4"m24" 08105/04 E1-07 Mxhanical Joint Retainer Glands Si ,Co. Sig—O—Lk Mechami-U int Restrainer AW WA Cl I1/C153 4"w 24" Bulldog Syatcm(Diamond Lok 2l&JM 101t2l10 EI-24 JEtio,Restrained Joints S&B Toehadal Products F.&lvac 900) ASTMF-1624 4"r . 08/16/06 El-07 Mechanical Joint Fiip SIP lndmid.es Mechanical Joint Fittings AWWA C153 4"to 24' Pipes/Valves&Fittings/Resilient Seated Grate Valve* Resilien[Wedged Gate Valve wlno Gears American Flow Control Series 2500 Drawing#94-20247 16" ]2713103 Resilient Wedge Gate Valve American Flow Ca urcd Series 2530 and Series 2536 AW WA C515 30"and 36" 0813199 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SD 9-20255) AWWA C515 20"and 24" 05118/99 Resilient Wedge Gate Valve Ameticma Flow Camrol Series 2516 SD 94-20247) AW WA C515 16" 1Ol24100 El-26 Resilient Wedge Gate Valve American Flow Control Series 25DO AWWA C509 __4"to 12" 08/05/04 Resilient Wedge Gare Valve _ __ Amcncan Flow Control 42"and48"AFC 2500 AWWA C515 42"and 48" 05/23191 EI-26 Resilient Wed eGa[c Valve Americas AVK Co American AVK Resilient Seeded GV AWWA C509 4"to 12" .__.___— ._... _......__ _.. _- 0IM02 El-211t Resilient Wedge Gate VA American AVKCampany - — -_20'_'and stna0et * El-26 Resilient Stated Gate Valve Kennedy - -- - 4"-12" EI-2fi Resilient Seated Gate Valve M&H 4"-12" EI-26 Resilient Seated Gate Valve Mueller Cm. 4"- 11108/99 Resik-E Wedge Gate Valve Mu,,Ma Co. Series A2361(SD 6647) AWWA C515 16" MMA13 Resilient Wedge Gate Valve Mueller Co. — Scrics A2360 for 18"-24"(SD 67091 AWWA C515 _- _ _ 24"and smaller 05/13105 Resilient Wed eGate Valve Muclter ,Co. Mueller 30"&36",C-515 AWWA C515 30"arid Mn 01/31/06 Resilien[Wed •Gate Valve MwtRvrCo- Mueller 42"&48",C-515 AWWA C515 42"and 48" 01/28188 E1-26 Resilient Wedge Gate Valve Clow Valve Co- _ AW WA C509 _ _ 4"-12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Ca- 16"RS GV(9D D-20995) AWWA C515 16' H 108/99 EI-245 Resir,-r Wed.Gate Valve Clow Valve Co. Claw RW Valve(SD D-21652) AW WA C515 24"and sma0er 4P-9M R+'silieaFWedgc6ute-Valve Note<i> -. .-"1ve-Co. ......-......., n,_...a.v��,.-�--a-�..I� >='.`r^Jlr".-9`,13 30'-'-and-3Fr' 06/211I9 jRes9iewWedgCmeV.1v. Clow Valve Co. Clow Valve Model 2638 AW WAC515 30'to48" 0510819] EI-26 Resilient Seated Gate Valve S[ackham Valves&Fit[ings nwwn Csa9,M'St 429-s�ua,A51M 4^_12" m EI-26 Resilient Seated Gate Valve U.S.Pi and Foundry Co. Mettaseal 250,re uucmenta SPL#74 3"to 16" Pipes/Valves&Fittings/Rubber Seated Butterfly Valve ° EI-30 Rubtrer.Seated Buaerfly Valve Henry Pratt C. _ AWWA C-504 _ 24" x E1-30 Rubbers ea[ed BuuerBy Valve MucBcr Co. -_- AWWA C-504 24' 1l11199 E1-30 Rubber Seated Buttetfl Valve D-urik Valves Co. AWWAC-504 24"and lar er 06/12/03 EI-30 Valmatic American Bunerfly Valve V*witie Valveand Ma nufacmring Corp- _Vahnatic Amiaiean Buuedl Valve•, AWWA C-504 Up to 84"diame[er &V06J07 E1-30 Rubber Seated Buttertly Valve M&HValve M&H,%tyle 4500At 1450 AWWAC-504 24"to 48" Sampling Station 3/12196 Water Sam ling Station Water Plus B20 Water Sampling Station Div Barrel Fire Hydrants - - _.—.. ,... ._ f0701J87 E-L12 Dry Barre-1 l Fire Hydrant American-Darling Valve Drawing Nos.90-18608,44-18560 AWWA C-502 03/31188 E-1-12 Barrel Fire Hydrant American Darling Valve Shop lhawirrg No.94-18791 AWWA C-502 09130187 E-I-12 Dty Bartel Fir!H ant ClmvC osauon Shop Drawing No.D-19995 AWWAC-502 01112193 E-1-12 D Darrel Fire Hydrant American AVK Company _ __ Model 2700 AWWA C-562 08124188 E-1-12 Dry Barrel Fire Hydrant Crow Co oradon - Drawings D20435,D2043fi,B20606 AWWAC-502 E-1-t2 Dry BarreEFue Hydrant ITT Kennedy Valve Shop Drawn No.D-80783FW AWWAC-502 09/24187 E-1-12 DryBst=1FimUydmnt M&Jl Valve Company Shop Dramiq No.13476 AWWAC-502 Shop Drnvrings No.6461 10/14/87 &1-12 Dry Betel Fire Hydrant Mueller Company A-423 Centurion AWWAC-502 - .. Shop Dmwing FH-12 01l15188 El 12Dry Barrel VweH ant Mue➢et Comae AA23Super C_emurion200 -- AWWAC-502 10M9187 E1-12 Dry Bartel Fire Hydrant U.S-Pipe&Foundry _ ShopDrawiiig No-960250 AWWA C-502 09/16/87 F-1-12 llry Barrel Fire,Hydrant Watetous Company Shop Drawing No_SK740803___. - - AWWAC-502 Ater Appurtenances 08/08/02 El-18A Plastic Meter Boxes East Jordan Iron Works,Inc. Meter Box(Plastic)w/Cl lid Class A,➢,C 08/28/02 Double Srra Saddle Smith Blair #317 Coated Double Strap Saddle __01126f0o_ _ _ __ SS fa iu Saddle JCM Indus[rics,Inc. N406llouhle Band SS Saddle I"to 12"taps 0030/01 Tapping Saddle JCM lndusuies,Inc. 4I405 Coated Tapping Saddle V to 12"to s 05/10/11 Tapping Sleeve(Stainless Steep .._._-- Powetseal _______.-__„3490AS(Flan )&3490MI 4"-8"and 16" 02/29/12 el) Ramac FrS 240 AWWAC-223 U p to 42"w124"Our --02291I2 33-12-25 MaDpinx Sleeve StainkssSteel) Roma- SST Stainless Steel AWWA C-223 U to 24"w1212"Out Prepared 212 912 0 1 2 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2292012 STANDARD PRODUCTS LIST ,1,"tuP- - 1 h]lJJ9lf ra'iul r i i ..J.-1 '4li., rill ili.11 ti�ct Size 11tr�l4m 33-12-5 +pQn 53reve Lgh+lnless S[al) l:w.ae .0 ee.....�,Steel A.-r,-.,AGi23 Up to.o A.,l'1`Om 0ml(wi l _ L{nl R air Poweraeal 3232 Bell Joint Repair Cl 011/W06 Plastic Meter Box w CI Lid ACCUCASl' Clms'A"Plascic Box w1 C1 Lid _ Class"A" 08/mm Plastic Macar Box wl Plastic Lid DFW Plastics hic. Class"A"Plastic Box w/Plastic Lid Class"A" Polyethylene Encasement 05112/05 EI-l3 Pot lane P,rra.cmrnt -_-.. Flexsel Packs' -...— _____. .. ..._.- -. ---- .._..._— B_.. Fuhon Enterprises AWWA C f 05 8 mil LLD -- - 05712705 El-f3 Pal lease FBcasment Maunmirf States t Jasdrs(MSP)taa1 AEP Itrd Standard Hardware ____ AW WA C 105 8 mil LLD 05112105 )1-f3 Pol�4xhylme Fltcasment AEP Industries Btrllavongh Cowtown Bolt&Gasket AW WA C105 8 roil LLD Meters --- --- ._.. _ 0_2105193 EI01-5 Detector Check Meter Ames Ca_mpany _ Mock]1000 Detcetor Check Valve __ AW WA C550 4' 08f05f04 Mimetic Drive Vertical Turbine Hersey "nedi l)rive Verfiml - AW WA C701,Class 1 314" 6' NOT LS Pmm Original Standard Pre tutu LHL <l> Carrier Pi •LD. Qa Above 48"A_ oed on case PPn' by rase basis Ci> Product Suspended 1-5?-12 1 he o 0 1 fi r epar[meni s liafickard 1101imil-n.t has tiern ve tip m�mtmze[le Sll Imlla rCN4:W o praldc[s-Whlall m e n Ott stet CparVilGll s fair pecdTcdduns auruig uh r cons rut ran proJ�F. rut c vats speeificatiers for specie products,—included as pars o£the Constreeion Contract Docuruents,the requirements ofthe Technical Specificarion MR override the Pon Worth Water Dgparnnenft,Standard Spec ca0ons and the Fan Worth Water Department's Standard Products List and approval of the specific products wilt be based on the requirements at the Technical Specification whether or am the specific product mitts the Fort Worth Water Deparrmen[s Standard Specifications or is on the Fon Woah Water Department's Standard Products List. Prepared 212912C52 Page 4 SWIF? 111150=2-1 CrHeirR' for .Design and Construction thIln the IL z rnRt ®f Existing Federal P�°® acts TM8 PAGE LEFT INTEI'i1-TIONALLY BLANK CITY'"OF FORT WORTH UPPER CLEAR FORK INTERCEPTOR IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02446 Revised July 1,2011 CITY OF FORT WORTH UPPER CLEAR FORK VJ7,,RC,EPT0R IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02448 Revised July 1,2011 CESWF-EC-G — Department of the Army — — SWFR 1150-2-1 U.S. Array Corps of Engineers pa►npillet 1150-.2-1 Fort Worth, Texas 76102-0300 1 October 2013 i_ngfneeririg and Design CRITERIA FOR Df SIGN AND CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDFRAL PROJECTS Distribution Restriction Statement Approved for public release. Distribution is unlimited. CESWF-EC-G DEPARTMENT OF THE ARMY SWFP 1150-2-1 U.S. Army Corps of E ngineers, fort Worth District P.C. Box 17300 Fart Worth, Texas 76102-0300 Pamphlet No. 1150.2.1 1 October 2013 CRITERIA FOR DESIGN! AND CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDERAL PROJECTS 1. Purpose. This pamphlet provides guidance to individuals, developers, engineering firms, non Tecleral local project sponsors j hereinafter Sponsors), and local governmental agencies for the design and construction of activities related to the rnucllfication of Federal projects, such as Federal FlnnrJ disk Management (FRNi)projects (typically consisting of levees, channels,and flood walls), constructed by the U.S. Army Corps of Engineers -Fart Worth District{CESVIJF), and for which Sponsors have the responsibilities for operation and maintenance. The guidance contained in this pamphlet applies to the activities per the date of publication. However, CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances,technological advances, additional Information, etc. In addition, Sponsors may choose to adopt more stringent criteria than those contained in this pamphlet. 2. Authority. The Sole authority for U.S_ Army Corps of Engineers�USACE) approval of modifications to Federal projects, operated and maintained by Sponsors, is Title 33 U5C§ 408, hereinafter Section 408, Section 408,authorized in the Rivers and Harbors Act of 1899 and amended In 1985 to include'Public works", allowed the Secretary of the Army to grant permission to mollify public works so long as the modification slid not impair the usefulness of the project and was not injurious to the public interest, The CESWF, in accordance with Title 33 USC § 408, retains the right of review and approval on all propused modifications of Federal project. A.Applicability_ Thi$ pamphlet applies to Federal protects, which includes Flood Risk Management projects constructed by CESWF and for which a Project Partnership Agreement or a letter of assurance agreeing to the operation and maintenance of the Federal }project has been furnished to CESWF by the Sponsor. A Flood Rlsk Management project is designed to manage and reduce flood risk by safely conveying,floodwater within the project and through a developed area. As such, any proposed modifications within the project must keep the safe passage of floodwater as the first priority. The role of the project Sponsor is mainteriance of the Integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the Wety of the project 10 be compromised or the required design carrying capacity of the project reduced. Note that this pamphlet does not apply to CESWF dams, ecosystem restoration projects, or navigation projects. Guidance for proposed modifications of these types of projects is provided in technical publications other than this pamphlet, 4. References. U.S. Army Corps of Engineers references pertaining to the design and constrsictlon of federal projects are listed below. Modifications to a Federal project, including proposals for the 1 I SWFP 1150-2-1 ii(lelitiorf of vegetation, are rorilm1led by reC}rrlrernents docurneided I1-1 thew imirwals, regulaiiarls, Iv(-IInir�1I IVIters, and 11amphleli. SponSprs may r-house tr) adnpt more Aringenf criteria than tha] confarned lii 05AQ design standardsL and guldeilnes. a. CPAA-GL-98.1, 1nstallatiorn oI Pipelines RE!neath Levees Using Horizontal Directional Dr01Ing b. EM 1804. lreotechliici�t InvPFAgations r F M 111C1-1 19G4. Settlement Analy5i5 tl FM UN-1-19.06. Suit Sampling 6 FM 1110-1-2908. Rork Foundation F. F M 1 11.0-2-1401. Seepage Analysis artd Cantral for Dens - FM 1110-2-1902. Sicpe Stability K EM 1110-2-1911, Construrtitan Control for Earth and Rork-Fill Darts i, EM 1.1.10.2-1913- Design arid Construction of Levee I- L M 1110-2-2502. Retaining and Flood Walls k, FM 111b-2--2 2. Conduils, Culverts, and Pipes L ER 1110-1-261. Quality Asimante of LahoratoryTe5tiri?, P raced ures rri, iR I 110-1-1.807, Pr4oedures for Drilling in Earth Embankments n, ER 1110-1-8209, Labaratory Investigations and Testing o- ER 1110-2-8152, Temporary CofFerdams and Braced Excavations p. ETL 11M2-555- aesljxr Guidance on Levees q. FTI 11.10.2-556, Frisk Bayed Analysis, Geoter-hnital Engineering r. ETL 1110-2-561. 1115k and Reliability, Seepage and 51ope Stab HIty s. ETL 1110-2-569, Design Guldante far Levee Underseepage t. ETL 1110-2-571. Gufdelines for Landscape Planting and Vegetation Management u. Levee Owner's Manual. ThL, Rehabilitation and Ir15peaton Grogram JPL 84-99.) a- 13500 SWD QMS,Approval Qf Modiflraxlorxs to Existing U.5, Army Corps of{n veers Poblic Works, Projects With t lie exceptlon of Reference 4,u and Hel'erenc64.v, these documents may he downloaded from the rO 110W ing wel sits: htt L40.194 J76 c � i5avlaaCE5t lr r web5ite. lilt_ ; w w.s f,usace.army.mil. 5, General Criteria for Construction Within an Existing Federal Project. a. Coordination with the 5pon,-, r anti the CESWF is rect}mmeriHed as early as possihle during,the pruposgd r Tic dIFfcatian planning process to avoid major revisions or prujeO decay. Concept proposals may be srrt mitted for review- 5ubrnillah should include the proposed modificatlon starting flare and the project con stnufiian sthedule, Includli1g sc'cluence of constrrlctlan. Fw exist irig Federal proj8cts that 16C IUde knIvees, the SpOnSor shall inItlaFe t I I v review process fQr any proposed activities located within 1.50 feel of hot the levee landslde toe aril! levee rivec51de toe {see �Jgure l�. 21 $VbfP115021 Alps uuca� CM LEWD Nw_ y LEVU KIJ04T MIS VIF4[.E �MMM� E1€1Et E11'If��G�4 P ';-._�LE4EE IENPLATT LEVEL 7E11PLATE E _- 1 Figure 1. Critical levee Zone and Restricted Zone Note the designation of Critical Levee Zone and Restrkcted Zone In Figure 1, The Critical levee Zone N the area of highest concern and subject to the more stringent requirements for justlfying any proposed modifications. The Restricted Zane is defined as the outer boundary of the 150-foot area from each levee toe for which reviews are required. It is recognized that the Sponsor may not have real estate rights to the extent. b. In accordance with "13500 S D GMS Approval of Modifications to Existing U.S. Army Corps of Engineers Public Works Projects,` construction, may not begin until final rontract Mans and specifications for the proposed features that impact the existing project have been reviewed and approved in writing by both the CESWF and the Sponsor, if the proposed project i5 a design-build project, the approval process will be discussed at the first coordination meeting, c. Furnish fire (5) sets of plans and specifications (hard copies as well as electronic copies)for the proposed work to the CESWF, Operatlon5 Division, Attention. CEW-00-7M, via the Sponsor, sufficiently in advance of the proposed construction to allow adequate time for revlaw and approval. include a vicinity map In the plans, as well as drawings that clearly depict the limits of existing features of the Federal project, Including levees, and existing right-of-way-or easement boondaries. d. Detailed designs, calculations, and construction procedures must be provided for review if boring, jacking, or tunneling operations are planned. See subsequent paragraphs for additional details and required procedures. Also see Reference 4.1, FM 1110-2-1913. e. Practice approved constructlon methods and best management practices to minimize erosion at the construction site. This ificludes making every effort to reduce the turbidity of the water at the site, such as by limiting the amount of time construction equipment is In the water_ A Storm Water Pollution prevention Plan (SWPPP) nlj5t be included in the final project submittal. The S PPP shall meet the requirements of the Texas Commission on Environmental Quality{TCEQ), $hall be approved by the Sponsor, and shall be implemented before cammeocemc-nt of construction ar construction support activities. The SWPPP and a copy of the Notice of Intent (NO) must be retained on-site daring conMt-action. f. When construction work Is In progress an a Federal project located downstream of a CESWF dam, a request from the contractor for changes in regulated releases will be considered only for urgent and compelling reasons. Normally, regulated refea5es from upstream lakes for evacuation of floodwater, water supply, recreation, or other purposes considered to be in the best interest of the public, will have first consideration, 3 1 5 FP 1150-2-1 g- Nor rim Ily, [-0051FL,Ct1011 equipment, �po11 maIeria1. sup plles, Iorrn5, bulldings for Inspertcrs„ W b# -, w egI]ipirIPIII 'II1d supply slnragr brN Win gs, or anyIteni chat in ay be Iransported by flood flows, small rant be plat ed or slvfed wJthin the NmKN of the exisIifig Federat project dorrng constrtrctian activities will hnut prior approval of the CESWF and the Spa nsor, Loc;�tiun5 of coriAror.tion IFdilers arm stockpile areas shall be inetuded n r i pro]Pct ta1ari5 and hail be approved by the CESWF and the Sponsor. IT. I I i a(Id Ition to other requFremvntS set forth tit this paMP11let r It i5 respon%[bl11 y of tl1e project proponent or their represeritative to deterrrilne hf perrnlis for the desired work may be required tinder Settion 10 of the Rivers and Harbors Art and Section 404 of the Clean Water Arl These pernnirs require a rninirnum of 140 days to promess. It is ridtortarnended t hai coordination with the CESWF Regula tort' Branch be initiated in the eefly planning-cages to prevent potential delays. I. Levee $Ilaintnnance and access roads that are damaged duo to ca rist roction ar,tiv11les shall be rep]aced or restored to a co rid ition f5qual to 0r better than #ire-constructIon condltIon H a u I routes Shat cross a levee must be approved by tine Spun sar and the C! SWF- Levee protection rneIhods, 51JOi as timber vats, may be iequired to protect this intesfily of the levee during (lie construcliwi process All roads must be Inspected and accepted by The 5poni ,or prior to r<nrnpletion of the projert- t. All fill and backfill shall he compacted in 5-Inch lifts as specifiers In the coo-araci speciffrafinns approved by the CESWF. Compaction shaII be t0 at least 95 percent of modified density, as specified in AST -D-1557, with moisture withln the IfmiIts of 3 percentage points above optimum to 7 perceF1tage prxints betow optimum moisture conte.nt. All backf111 shall cnl7sisi of Irripr:rvrcrtis materiaN, Vegetation shall be reestablished to its.origi Pia I cond It]ori or better, All ekx,ce5s material shall be removed from term limits of the existing federal prnIect. k. Provide scour protection con;fisting of articulating concrete block revetment system protection capable of being re-vegetated at the outfall of stilling basins designed according to the Nsuing jet veincity, i f apProved by the Sponsor. stone riprap, gabiogs, or concrete paving may be substitUted. I. The crown or crest.of thtii, levee referred to in this pamphlet i5 the 0FisinaI (design) Ievee east elevallan. This may or niay not be the same as tie current levee cask elevation. All rnadif Ica tiorrs shall he based on the higher of the two elevations. m. The CESWF Water Resoui-ces Branch will provide applicable hydr'ai.Oic models to be used for des[Sn upon request. n. No permanent increase in the project design flood water sur(ace p roll le wiII be R[lowed. The hydraulic impacts of temporary con5trucliori activities associated vultIi a proposed modification shall be evaluated on a erase-by•case basis. a. The Imparts So the existing Federal project valley storage shall t� evaluated. p. The proposed project may be 5uhleO In local and regional floodplain and regulatoty fequirernenls. q. Arty peirina lent dIsturbancc of oxlsting recreation faciiific,s tow.I be rnitigiitrd. 4 1 5WFP 1150.2.1 r. interior drainage areas are-an Integral part of a Federal FRM levee project. Proposed modifications to Interior drainage areas must be reviewed and approved In accordance with this pamphlet_ 6. ;rrossing Over Existing levees at Grade. Crossing over levees at grade is not a preferred method. but will be considered as an option if Site conditions dictate this is the only cost effective alternative. a. The Sponsors, at their discretion, may not allow any proposed crossings at grade aver existing levees. b. No excavatlon or notching will be }performed into or on the levee, or within the levee template. c, Topsail shall be stripped from the levee and the utility line placed up and over die levee template slopes at grade_ this will require rather abrupt line grade changes at the levee crest_ The new line shall be covered by placing new fill uniformly on the 5fopes and the top of the levee and sloped away from the line and parallel to [lie longitudinal axis of the levee. Provide a minimum of 2 feet of cover over the new line. The slope of the fill covering the new line Shall be 1 vertical on 20 horizontal, or flatter longitudinally along the levee crest and slopes. The topsoil shall then be replaced, all disturbed areas shall bLN seeded or sodded to establish turf, and any damage to Jevee access roads shall be repaired. During construction, the ability to flood fight within the impacted area shall not be impaired. d_ All valves Jocated within 15 feet of either side of the toe of the levee shall be provided irk a concrete box enclosure with a manhole type cover. Valve faxes located within the pruject shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom ref the excavation shall not be lower than 1 font above the design, watersurface elevation. Fill shall be Uniformly placed to slope away from the top of the valve box. If possible, all valves shall be placed can the landsidi2 of levees a Minimum of 15 feet from the levee toe. e. All rpanhole5 located within the Federal project and having rim elevations below the design water surface elevation shall have bolted, watertight covers in accordance with Title 30, Texas Administrative Code. 7. ;Pipe Crossing Under levees with Open Excavation. This is the least preferred alternative because of the added risk during construction and will be evaluated accordingly If it is the selected alternative. a. Provide a temporary ring levee (coffer-dam) on the riverside of the existing levee at the location of the subject crossing at the same crest elevation as the existing levee. This ring levee shall have a minirnurn crest width of 10 feet and side Slopes of 1 vertical an 3 horizontal or Flatter. Construct the temporary cofferdam of impervious materials according to the provisions specified in Paragraph sj. b. When the temporary ring levee is complete, excavate through the male levee usirtS 1 vertical on 3 horizontal cut slopes. The toe of the main levee and cofferdam or ring levee shall be a rninimum of 20 Feet {measured horizontally}from the top edge of the excavation, c. Generally, sources for barrow materials shall not be located within the limits of the project right-of-way. In addition, depending on the type of soil, and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of 5 1 S FP 1150-zi oxt-avai ionor specify a winimun) distance from tilts landside toe of the levm- All excavated slr pu.. shall be lsrnlVrly designed aP1011-W sir.)Wirrgs Sealed by a registered profe-islorial engineer d. A€aei the lime has been pla(ed, ttre open excavation shall be bar.kflllrtd Irl accordance with Paragraph 5j. W I I e n backflll c?peratlow,are completed, Itre entire toundallofi are.a to be ctcupieti by the replaced levee fill shall he scarified, thawed, and/or harrowed to a depth of b inches, and then rornparred by at least 16 complete passes61 the lamping roller or to 95 per+c'M mutflfied den 0y. whir N-VQr is more rigaraLis e, Accampl15h levee replacrarneM ley pladng f111 In 6-Inch lifts anti COMPdrIiFig by nol less Ihari R com pie le passes of a tarnpirip, roller or at lea S1 95 percent modiNed clenslty. After compa(-t'on, the moisture content shall be within the limits of 3 perriert[age points above 01)1IFTyu111 to 2 percen[age points 13210W nptrrrufM rrroMWE! Content- f, Cietermine the in-place moisture content and density of the levee fill on a frequenry of about one sampfe fof egc.h 500 rribic yards of backfill placed in the levee- g. When the breached levee has been reconsiructed to its origi?ial alignment and gr-ade, the temporary ring lever' Oall be removed and all disturbed surfaces shall be finkh-graded and turfed by seeding or solid sodd€nlg. h, All man1101e5 located within the Federal prujert having rIni elevations below the design water s-vrface elevation shall have baIt8d, watertight covers in accordance with T10e30. Texas Administrative Code, i, Far pipelines, Install a rontraI structure to prevent waLer from the levee riverside flowing Ihrough the pipeline to the levee Iarrdside. II the corlIral strurture Is located an I h o river5ldo of a levee, it must be accessible during any flood slage of t he river or strea m and Irt all weathet ccndit ions. Ciantrols fnay be automated, howevet, t here rntist he manual override capabIIity at all sIructrares. j, Gfaavil1y stor n Lira€ns discharging I n(o ati exlstir+g Federal flood way or rhannel shall be provided wlth atitornal.it flap gates) al llie! dlsrharge end of the Ifrte and shall have energy dis5ipalers, as required. The Sponsor, as per wrItten agreement. shaII be responsible for in spec tion {end maintenance Of all drainage structures to ensure proper operatlorr of titre flag gates or of her Fea hires, k. Use monolithic conduits or cnodiiiis w1th watertight joints tinder the lr,vee and levee template S. Pipe Cru%ing Under Levees with Boring or larking of Sleeves, The sequenc&of work shall be as follows. a, Excavate the burtng and jacking pil (which innst be on the laridside outside the pfo)ecle4i Ice of the levee Iernpiate sicpe), b. Bore and tack the sleeve iv a point beyond the projected riverside toe of the levee lefr3piate siinp{ie. bI5WFP115021. c. if the difference in the diameters of the bare and sleeve exceeds 3 inches, the annular space shall be pressure grouted with hpntonite slurry, d, Place the product line in the sleeve. e. Pressure growl the product line in sleeve with bentonite slurry- f, Fxcavate thie pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel. Tie the line from the sleeve under the levee and into the manhole with a gate valve. g.Tie the line from the sleeve under the levee and into a manhole on the landside, h. During work on Items 8,a through 8.g, a plug will be required, The {plug shall be placed and braced at the open end of the sleeve and pipe located in the tacking pit at the close of work each day. This plug irtust remain in place until the gate valve is installed and connections made to Ensure protection from flooding from the river. 9. Pipe Crossing with Hor;zontal Directional Drilling Under Levees and Channels. a. Detailed contractual drawings. plans, procedures, and engineering calculations shalt be provided to CESWF for review (see Reference 4,a, CPAR-CiL-98-1 fot guidelines on directional drilling). rhese 111t1st include all the requirements of Paragraph 5 aiid the following additional items, (1) Inside diameter of the final Fiore hale and outside diameter of the product casing, (2) Detailed description of construction and horizontal boring methods to be utilized, (3) If the difference In the diameters of the final bore and product casing exceeds 3 Inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during rnaximurn river stages, (4)A profile of the proposed line showing alignment (including location of the river and levees), (5) Location of entry and exit points, location, elevations and proposed clearances for all utility crossings and structures, (R) Right-of-way lines, property,and other utility right-of-way or easement lines, (7) Depth under the base of the levee, depth of the line under the river channel, and location of both ends of the string. if the proposed depth of the {pipe string directly below the base of the levee is less Ihan 313 feet, then detailed engineering calculations sealed by a feglstered professional engineer shall be provided for review These calculations must show a minimurn 1.5 factor of safety against hydro-fracturing to be acceptable, b, Develop and provide a duality contrui plan For the project that includes the maximum allowable drilling pressure, gage calibration method, and specific responsibility foF assuring that the pressure is not 7 1 SWFP 1150-2-1 excgseded. DurJng the rlrII1irig PrOces-i, the pressure in the borehole rrurs[ be ninoitored to ensure that rlie aperaIionaI d6l1ing la'ressi)res i'enimin wIIhIn the %4fe IIrJ7J(S to prevent sCFlI fracturing_ the irantie�sl the party rN;prpruiblefor rriqrtilvring the work nrusl be spectfled. r Tffe mininiurn Ilea;arxe dl%tarlre Irom tile trip of the proposed }pipe envaSefnent to the bol tom of the eAsIirrg Federalclhanf)el projeO or to Ihe' bottpm of the exiitlne streamhed Shall be 7 Feet (whIrh eve f IS 10WCFj. All rro5sinKs 5h;11 f�D11iply wlIli the applica1PIv rf?gvIremeftts of Toxas Admioislrative Cade- t. Bur€ed LInes ParaIlei to Levees and ChannoIs. a Bated lines parallel to a Ievee (ari etl(het tine riverside or the Iandsade) will1 not be allowed where I lie final locatImi of the buried line will he within the exte rafted template Df the lever, r o r exampie, .1 11*e bufi4M 5 feet deep nw51 be al learn 15 feet away F1,orr1 (11e tqe frf a le►eL. wath a 1 vertical On 3 hqrizontal slope- b, Sumps, ditches, s ales, or other pfajert Featurescrossed by the buried Ilne Shall be restored to their pre-copistruction Condition. r. Buried lines parallel with the channel hank must he at least 25 feet,from the projected rlv.er channel slope template. d. When a proposed buried line crosses an exl'sting pump Station outfall or other feature that necessitates an aerial rrossing, place the line on piers with the pliers aligned to provide mirdakaI obstruction to flow within the outfall chavwel arrd designed to catch minimal debris. The preferred alternative would be to place the Me under t he discharge rhanne#and encase it with concrete. Exlertd the encasement a rnfnirrurrn of 5 feet beyond the top of the channel side slopes. 11. Crassings of Levees and Channels. a. Bridges. �I} The preferred alternative is iaf the bottorn of low steel (or low chord) of they bridge to be 15 feei above the design levee crest elevation of the existing levee crest, whichever Is higher. Alternatives to the 15 feet clearance will be cansid'ered art a case-by,case basis If 15 feet is not Fea.sable- Notching Into the levee will he not be allowed (2) Proposed new bridges should be designed to minirnlre the number of bents located within the Ie.MPlate 01 the Ipvee- If b1-1dge piers are required In the levee template, extensive Investigation acid analyses(seepage and stability) W5ed on Site spreciflc tondItions will be rpgWred to show any patential imparts that the friers may have on the levee. Driving of piles within [lie template ref the levee will not be allowed_ ��) Bridges will no I. be located where their consituttIon will block nxalntenance. access roads presently located within Ilse projj�r.I_ II mainten:mvice roads are blocked clue to the of construcItinn of a proposed brldge, new maintenanre rinds ill usl he provided. 8 5WFP I15D-2 1 (4) All storm water runoff frorn bridge decks must be piped to grade to prevent er"lon within the existing Federal project. (S) Revetment slope protectlon must be provided from the trip of the levee to tine levee trae within the shadow line of the bridge. (6) The bridge must be desigried to minimlze the number of piers within the existing Federal project. If the new bridge i5 within 501) feet of an existing bridge. the proposed new piers shouid he in alignment with the adjacent bridge- (7) Provide a minimum Freeboard between the low point of the bridge crossing and the design Water surface elevation of three feet or to the top of the levee at the bridge location, whichever is higher, (8) Any abstraction caused by the proposed bridge and its piers shall not significantly reduce the hydraulic conveyance of the existing Federal project. (9) Sabmit final plans and hydraulic computations to indicate that the propased project would not reduce the hydraulic conveyance of the existing Feclerdl project. The analysis Shall include a comparisnn of With-Project conditions anti Baseline Conditions. (10) Projects crossing navigable waterways shall require a U! S. Guard permit. Clearances and requirements shall be as directed by the U. S. Gast Guard. b.Crossings Under Rivers and Channels by Open Excavation. This is not the preferred alternative but will be considered as an option if site conditions dictate that this is the only cost effective alternative. (1) The minimum clearance distance from the top of the pipe enra5ernent to the existing river bottom elevation or to the existing channel bottom~ shall be y feet, per Texas Adixlinistcative Code. (2) Sufficiently anchor or encase the line to prevent fivatation, -(3) 8ackfill the excavation with materlat similar to that excavated. if sail Is excavated, backfiil with compacted impervious fiil maternal. If rock Is excavated, backfill with concrete. 14) Generally, no cofferdam fill crossings shall be alloweci in water greater than 6 feet In depth. Cofferdarn fill crossings In water greater than 6 feet may be allowed if geotechfilcal and structural designs prove that sheet piling would not be a viable method, c, Aerial Crossings for Rivers and Channels. (1) Provide a minimum freeboard of Ihree feet between the low point of the crossing and the design water surface elevation, (2) The obstruction caused by the supparting structure and its piers shall nut significantly reduce the carrying capacity of the river of rbannel. No longitudinal cross bracing will be used. 9 1 SWFP 1150-2-1 {31 Sub PiiiI FJItai fri all s arxd hydra«lif, (--o mp ut al lo n s to indicate that the praposed pmjecI would +got reduce the hydraulic cuIaueyanCEP bf "IE! C'VLr. 5lream. w existing reaeIai c.laatuiel (.vv el t (4) Projects E:rosxirip, navigable waterways shaII require a U. S. Coast Guar d per rnit. Cllmrailces and requirements sh{III be as direttod by the U, S. Coast Guard. 12. Headwalls, Chrutes, Gate Valves, flap(Au torrratic)6ates, etc. a. Install h,-adwaII%, gate value struc ttges, flap (autorrratrc) Bates, apd other types of otatfaI 51ructutes in such a manner to prevent abstiudian of flow or creation of sxauring conditions wiIhin the project_ A 11 headwalls must traI lsition wit h ttie appropr[ate slopes acid all flow discharge paints niList he AL the flow line of a idha noel or ditch, or al I he Tiormal water -5urface. Chutes will riot be allowed unless they►are the Only viable alter na1 eve. la_ All structures shall be ITistallefl In 511ch a manner to prevero or minimize operatlon and PMTalalenance prnhler}as_ 13. Primp Discharge Pipelines Over Levees, a_ The inert of the d1w.htarge shall be at the toe of the protective works (levee) and shall be free-venIecl at the highe!jt poIn1. For very I;rge lines, devlaIian from these criteria may be considered. however. under no condiflon shall excavatlon be permitted into the levee_ See Paragraph G for requirements for crossing over a levee on grade. b. Flap(autorriatiCl gates are not required at the outfall of the discharge lines. 14. Hectrlcal and Telephone Criteria for Overhead Wire Crossings. a. The Sponsor m4y mquire directional boring under the levee as oppased to an overdfead ffiossing, b. No stroclIare (poles or otherwise) shall be located closer than 15 feet from the toe of airy levee, c. No structure (pal(-s c)r otfterwise) shall he located closer than 15 feet from the top of any channel slope, d. Rcavide a rnittilmum vertical clearance of 2$feet hetween the crown of the levee* and the law point of the Sag of the wire where It grosses the levee, comput.Lnd under [lie most adverse conditions of te nipara t ure, w Intl, and other loading, e. Provide a niinIrnum vertical clearance of 28 fa*et between the natural ground arrd the 10W wire at the low poirMl of the sag In the area of the project channel, or three feet above [lie project design water sGrrface level,whicIiever is higher (check tyre National EIeciricaI Code foe minimum clearance of high voltage lines.) t. Locale guy wires and aorhors in such a manner that 1 hey do not interfere witl3 the opera tion aiwd main ienance of the cxlsting r edmal channel, leve8s,or related strurt►ir6s. Nu anchurs may he }paced on HIP levee. 10 1 SWFP 1150•2•] 15. Low Darns or Diversion of Flows. a. Svt�mlt plans, hydraulic and structural computations, and specifications For low darns or other obstructions for review prior to the construction of any type darn structure in a project area. These plans will be reviewed to deiermIne the hydraulic and structural impacts of the proposed Construction within the project. Prior to an extensive engineering study for any type of water barrier within a Federal }project, the Spomior and CESWF will review the concept plan, proposed location, and purpose. b. Diversion of flows into or out of a prOject area shall be reviewed to evaluate adverse. hydraulic car structural impacts. 16. Process for Abandoning Existing Pipelines. a. Requests to abandon existing buried pipelines within a project shall be sobmitted In writing to the Sponsor and CFSI F. No burled lane within a project may be abandoned without the review and approval of the Sponsor and CESWF_ b. As a minimum, the portion of the abandoned pipeline under a levee shall be cornpletely filled with concrete or grout to prevent seepage through the abandoned line during flood conditions_ r.Abandoned buried pipelines that are located on project pfaperty, but are not located tinder a levee, shall be pWgged at each end with concrete or grout_ d. Any structures associated with abandoned buried pipelines, for example, manholes, snail be removed and the resulting hole filled and compacted to accordance with the provisions in Paragraph 4j. e. Aboveground abandoned pipelines shall be removed from the project right-of-way, including any associated structures. 17. Construction of Recreation Facilities. Submit plans to the Sponsor and CFSWF for review and approval on any proposed recreation type facliities. Each plan shall include hydraulic computations and will be reviewed fn( individual and cumofative effects to detei'mine if the proposed construction ► ould produce adverse effects on an existing or approved project area. If adverse effects on the carrying capacity of the project are determined, the protect wJll be disapproved. The Sponsor may,construct minor recreation impravements as needed providing final as-built plans are submitted to CESWF. IS. Trees and Other Vegetation. a. Background. The integrity of levees and, fioodwalis, and other critical structures is paramount to the public health, safety, and weffare. The presence of undesirable vegetation can undermine that integrity and may lead to system failure if not corrected. Trees and other vegetation, such as shrubs and vines, may create both structural and seepage instabilities, prevent adequate inspection, surveillance and monitoring, and create obstacles to operation, mainteriance, repairs, and flood fighting activities. b_Vegetation Free Zone. The Vegetation Free Zone ( FZj is defined as the three-dimensional space that surrounds and encompasses levees and, floodwalls where no vegetation, except shoft grass cower, is permitted. The VFZ is required to insure acceptable project performance under all design conditions, and must be of sufficfent dimension to provide access for surveiiiance, inspection, manitoring,. 1] l 5WFP 1150•2-1 rnalsitenance, reflairs(routine and emergenvy, including slide rep*5), and flrsodfighting. Accec�slhility is e';setl1laI H) the IeIidbiliIV of l-RM 11fujects, I11ereIDre, the VF/ FT l i)e accessible by Oer5onri l aril eq -iIpmeal 61 all tlrnes. This inraude; folar whee1,drive v-Bides, as well ax iargvr equIpnvLAn1, 5Urh as tracIors, bulldozrefs. and dunip trucks- Figure 2 and Figure 3 illustrate Ole limits of typlcal►regelation free zoo 12s a55ocIated w I i I i Ievee�, and f[Qodwa115, Tije mInImurrl wldIh of the VFZ inc Wes the enIJre f rvs5-Section of levees and Clood ails. pit Is 15 feet clear distance on.each side. The width of the Vrz shall be rntieasofed froin the rein lerline of the Iree trunk. nr plant stern, t0 the IIm11 of I I i v levee rruss section or floociwaII 174+�ApOE vEGn VON "KE h00- 4 IOSi�F AIL TYPICAL LEVEE CRaWT 51CT10H s" MUL I Floure 2. levee Vegetation Free Zone No fFIrF9�ISE' FOM WAU I WNIIAW rRr{�ETION- UNIAM VE M44- 9 Figure 3. Floodwall Vegetation Free Zone r-. The re may be additional rerstricl;fons.on free piantinp, depend.1og on soli can ditions, acce.5s and repair boffefs, local tree types, and levee performance hirstary (see Refere.nre 4.t, IrTL 1110-2-571). CHARI_5 H- KLINGE Colonel, U$ Army Commanding tf 4w P 1150,2-1