Loading...
HomeMy WebLinkAboutContract 53301/9 fed CITYSECRETARY 3 ri9/A1 t1�r[� ! � ii�s�,.✓ FO RT WO T I-1 PROJECT MANUAL FOR THE CONSTRUCTION OF Sycamore Creek Relief Interceptor — Phase II City Project No. 02200 Sewer Project No. 56017-0700430-CO2200-CO1787 Betsy Price Mayor David Cooke City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department / /I 2019 flow �........... C GREG A. VAUGHN .............. 122593 .......... .� CiCENSF- �F, 01V L LOCKWOOD. ANDREWS & NEWNAM, NC. FIRM NO. F-2614 08/20/2019 Lockwood, Andrews & Newna n, Inc. A LEC.? A DALY COMPANY �IFPCML, RECORD FORT WORTHe 0 City of Fort Worth ........ .. .. .. . I -- -------------- -- - ------- - --- - - - - ---------------- ' Table of Contents Adopted September 2011 00 00 00 - 1 I ABLE OF CONTENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 1 I Bidders Prequalifrcations 0045 12 Prequalification Statement 0045 13 Bidder Prequalif cation Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 0073 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 4525 Pipe Lay Proofing Demonstration 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 02200 Revised February 2. 2016 000000-2 TABLE of CONTENTS Page 2 of Technical Specifications which have been modified by the Engincer specifically for this Project; hard copies are included in the Project's Contract Documents Division 05 — Metals 05 50 00 Metal Fabrications Division 31 — Earthwork 31 3600 Gabions Division 33 — Utilities 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 13 Frame, Cover, and Grade Rings 33 3921 Concrete Polymer Manhole 33 39 22 Polymer Concrete Utility Structures 33 39 60 Epoxy Liners for Sanitary Sewer Structures Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps;/r/r"projectpoint.buzzsaw.coni/client/fortworthgov/Resources/02� 020- %20Cmstruction %20Doc uments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 3000 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete'Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 2323 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 I 1 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHAS1; 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 04200 Revised February 2. 2016 000000-3 TABLE OF CONTENTS Page 3 of 3 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Fences and Gates 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 Ol 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 0450 Cleaning of Sewer Mains 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 33 0521 Tunnel Liner Plate 33 0523 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0526 Utility Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 39 10 Cast -in -Place Concrete Manholes 33 3920 Precast Concrete Manholes 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3349 10 Cast -in -Place Manholes and Junction Boxes Division 34 - Transportation 34 71 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.17 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6-24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CH Y OF FOR"r WORTH SYCAMORE CREEK RELIEF 1NTERCF PTOR — PHASE it STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROII-0 NO. - 02200 Rcvised February 2. 2016 000000-2 TABLE OF CONTENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 05 — Metals 05 50 00 Metal Fabrications Division 31 — Earthwork 31 3600 Gabions Division 33 — Utilities 33 05 ] 0 Utility Trench Excavation, Embedment, and Backlill 3305 13 Frame, Cover, and Grade Rings 33 39 21 Concrete Polymer Manhole 33 39 22 Polymer Concrete Utility Structures 33 3960 Epoxy Liners for Sanitary Sewer Structures Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://progectpoint. buzzsaw.com/client/foilworthgov/Rcsources/02%20- %20Construction%2 0D Ocuments/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 2323 Borrow 31 2400 Embankments 31 2500 Erosion and Sediment Control 31 3700 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 2. 2016 000000-3 TABLE 01: CONTENTS Pagc 3 of3 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3231 13 Chain Fences and Gates 32 92 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 3301 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 33 0521 Tunnel Liner Plate 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markcrs/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 39 10 Cast -in -Place Concrete Manholes 33 3920 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3349 10 Cast -in -Place Manholes and Junction Boxes Division 34 - Transportation 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORT I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SP[CIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 2, 2016 �■- §���E _| F' ƒ @ §$ ! City of Fort Worth, Texas Mayor and Council Communication DATE: 12/03/19 M&C FILE NUMBER: M&C 19-0358 LOG NAME: 60SCREEKROP2A-SJLLAN SUBJECT Authorize Execution of Amendment No. 5 in the Amount of $96,100.00 to an Engineering Agreement with Lockwood, Andrews & Newnam, Inc., for Sycamore Creek Interceptor Improvements, Phase 2A, for a Revised Contract Amount of $1,936,424.00, Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $5,362,348.85 for Sycamore Creek Interceptor Improvements, Phase 2A, Provide for Project Costs for a Project Total in the Amount of $5,983,328.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) 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 Sycamore Creek Interceptor Improvements, Phase 2A; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund in the amount of $5,983,328.00 for Sycamore Creek Interceptor Improvements, Phase 2A; 3. Authorize the execution of Amendment No. 5 in the amount of $96,100.00 to City Secretary Contract No. 45280, an Engineering Agreement with Lockwood, Andrews & Newnam, Inc., for inspection assistance during construction for Sycamore Creek Interceptor Improvements, Phase 2A (City Project No. CO2200); and 4. Authorize the execution of a contract with S.J. Louis Construction of Texas, Ltd., in the amount of $5,362,348.85 for Sycamore Creek '�lnterceptor Improvements, Phase 2A (City Project No. CO2200). DISCUSSION: On November 19, 2013 (M&C C-26567), the City Council authorized an engineering agreement in the amount of $575,828.00 with Lockwood, Andrews & Newnam, Inc., for Sycamore Creek Interceptor Improvements, Phase 2A. In order to expedite design and construction, the agreement was divided into Phases 1, 2A, 2B and 3. The agreement was subsequently revised by the following amendments: Amendment No. 1 in the amount of $168,311.00 authorized September 9, 2014 (M&C C-26964), Amendment No. 2 in the amount of $839,715.00 authorized August 23, 2D16 (M&C C-27884), Amendment No. 3 in the amount of $215,030.00 authorized June 5, 2018 (M&C C-28712) and Amendment No. 4 in the amount of $41,440.00 administratively authorized October 10, 2019. Amendment No. 5 will provide compensation for inspection assistance during construction of Phases 2A and 2B. Staff considers the proposed fee to he fair and reasonable for the scope of services proposed. Construction of the project was advertised for bid on August 22, 2019 and August 29, 2019 in the Fort Worth Star -Telegram. On October 3, 2019 the following bids were received: Bidder S.J. Louis Construction of Texas, I Ltd. Amount F����Days36alendar Time of Completion Mountain Cascade of Texas, LLC $6,569,199.00 FThalle Construction Company $6,D68,292.85 In addition to the contract cost, $364,009.00 is required for Project Management, inspection and material testing and $160,870.00 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 cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation 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 1.56% 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 2019-2023 Five Year Capital Improvement Plan on September 18, 2018. 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. 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 $39,010,913.00 for future capital projects. Funding for the Sycamore Creek Interceptor Improvements, Phase 2A project is as depicted below: Fund---] Existing Appropriations Additional Appropriations Project Total* Water and Sewer Commercial Paper $3,670,725.00 $0.00 $3,670,725.00 Fund 56016 Sewer Capital Legacy $1 859,579 00 $0.00 $1,859,579.00 - Fund 59607 W&S Commercial $0.00 $5,983,328.00 $5,983,328.00 Paper- Fund 56017 Project Total $5,530,304.00 L$5983,328.00 $11,513,632.00, * Numbers rounded for presentation Construction for Phase 2A is anticipated to commence in January, 2020 and be completed by January, 2021. 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. MMBE OFFICE: S.J. Louis Construction of Texas, Ltd., is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation on this project. The City's MBE goal on this project is seven percent. Lockwood, Andrews & Newnam, Inc. MWBE: A waiver of the goal for MBEISBE subcontracting requirements was requested by the Department and approved by the OBD, in accordance with the MWBE or BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. The project is located in COUNCIL DISTRICT 8 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 the Water & Sewer Commercial Paper Fund (W&5 Commercial Paper) to provide construction services for the future growth in the Sycamore Creek Interceptor Improvements, Phase 2A Project. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office b3L Dana Burghdoff 8018 Originatinci Business Unit Head: Chris Harder 5020 Additional Information Contact: Liam Conlon B824 N N N N N N N N cn cn cn cn cn cn csi cn rnrnaaarnrnrn 0 0 0 0 0 0 a a -1 -I -1 �1 -I -I V V • a a a o o a 0 a 0 0 0 0 0 0 0 0 fl a o 0 0 0 0 0 • -;h� -1h, .A .A rN .p -P W W W W W W W W O O O O O a a a al F W W -4 cn W -' W - 'P 4& -' W O O CDIan Q cn CO CD O O Gn -- 0 0 0 o a a— 1 0 a a 0 0 a C7 a Z N N N N N N N W • N N N N N N N m • 0 0 0 0 0 0 0 m n /0) 0 ^0 l! /o) l J ^a 0 ^a l J ^a l! /o) 0 C F a a 1 a " 0 o . a . a . Z'^ � � y -4 -4 -4 -4 VJ M 00 00 00 00 00 CO W m cn -A- gh�Oooan r. • N N N N N N N N • 0 0 0 0 0 0 o a f, N N N N N N N N 0 0 0 0 0 0 o a to Sp 4r.9 W cn W to 00 (O 00 N N ifl Cn (D W W N �4 W cn cn W W CO 0 N O -� -� a W O 00 W CO d7 W a N O- O O O O O o O 0 o a a o a a a A w 0 C� DO m m 0 u N D Cl) C- r D Z 0 A a 0005 ]0- I MAYOR AND COUNCIL COMMUNICATION (M&C) Pagc I of I 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Rssembler:.For Contract Document execution, remove this page and replace with the approved M&C fi r 7 the award of tine project. Mc&C insert shall be on blue paper.] 8 9 10 12 13 14 I5 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE: 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 I 0005li-1 ADDENDA Page I of I I SECTION 00 05 15 2 ADDENDA 3 4 5 6 1l2sse rnbler: I or Contract Document execution. remove this page and replace with any addenda 7 issued diming bidding.] 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION C11 Y OF FORT WORTH SYCAMORE CREEK RELIEF INfERCE PTOR -- PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 022O0 Revised July I, 2011 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 I SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sycamore Creek Relief Interceptor — Phase 11, Project No. 6 02200, will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas St. I I Fort Worth, Texas 76102 12 13 until 1:30 P.M. CST, Thursday, September 191h, 2019, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. .I5 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 18 19 0 264 LF of 88" Galvanized Steel Liner Plate by Other than Open Cut 20 s 10 LF of 66" FRP SN72 Sanitary Sewer Pipe by Other than Open Cut 2I 0 1,813 LF of 66" FRP SN46 Sanitary Sewer Pipe by Open Cut 22 * 87 LF of 64" Galvanized Steel Liner Plate by Other than Open Cut 23 O 824 LF of 48" FRP SN72 Sanitary Sewer Pipe by Open Cut 24 a. 606 LF of 48" FRP SN46 Sanitary Sewer Pipe by Open Cut 25 0 2I 0 LF of 42" FRP SN46 Sanitary Sewer Pipe with CLSM Backflll 26 s 210 LF of 27" FRP SN46 Sanitary Sewer Pipe with CLSM Backfill 27 0 60 LF of 21 " SDR-35 PVC Sewer Pipe 28 i 252 LF of 12" SDR-26 PVC Sewer Pipe 29 O 11 Type "A" Manholes 30 0 2 Standard 48" Diameter Manholes 31 0 2 Reinforced 96" Diameter Polymer Manholes 32 0 3 Polymer Concrete Junction Structures 33 34 PREQUALIFICATION 35 The improvements included in this project must be performed by a contractor who is pre- 36 qualified by the City at the time of bid opening. The procedures for qualification and pre- 37 qualification are outlined in the Section 00 21 13 --- INSTRUCTIONS TO BIDDERS. 38 39 DOCUMENT EXAMINATION AND PROCUREMENTS 40 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 41 of Fort Wolth's Purchasing Division website at htt :/hvww.fortworthtexas. soul urehasin ( and 42 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 43 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 44 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 45 Parties Form 1295 and the form must be submitted to the Project Manager before the 46 contract will be presented to the City Council. The form can be obtained at 47 httns:/hr`,ii,w.ethics.state.tx.us/tee/1295-info„htm . CITY OF FORT WORTII SYCAMORE CREEK RELIEF 1NTL-RC&PTOR— PHASE 0 STANDARD CONSTRUCTION SPECIFICATION DOCUMT-NTS CITY PROJECT NO - 02200 Revised December 22, 2016 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 Copies of the Bidding and Contract Documents may be purchased from Lockwood, Andrews & 3 Newnam, hic., 1320 South University Dr., Suite 450, Fort Worth, TX 76107, which is as follows: 4 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract Documents with full size drawings: $100 7 Set of Bidding and Contract Documents with half size (if available) drawings: $50 8 9 PREBID CONFERENCE 10 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 1 I BIDDERS at the following location_ date, and time: 12 DATE: September- 1 1 ", 2019 13 TIME: 9:00 AM 14 PLACE: 310 W. 10`h Street 15 Fort Worth, Texas 76102 16 LOCATION: Main Conference Room 17 18 19 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 20 City reserves the right to waive irregularities and to accept or reject bids. 21 22 INQUIRIES 23 All inquiries relative to this procurement should be addressed to the following: 24 Attn: Liam Conlon, City of Fort Worth 25 Email: liai-n.conlon@fortwortlitexas.gov fortworthtexas.gov 26 Phone: (817) 392-6824 27 AND/OR 28 Attn: Greg Vaughn, Lockwood, Andrews & Newnam, Inc. 29 Email: gavaughn Clan-inc.com 30 Phone: (817) 338-7507 31 32 ADVERTISEMENT -DATES 33 August 22, 2019 34 August 29, 2019 35 36 END OF SECTION CITY OF FORT wORTII SYCAMORL CREEK RELIEF IEF INTLRCI PIOR — PHASL lI STANDARD CONSTRUCTION S€'F.CTFICATION DOCUMENTS CITY PROJECT NO - 02200 Revised December 22, 2016 0021 13 - I INSTRUCTIONS TO BIDDERS Page I of 9 l SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 12.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalibcation of Bidders (Prime Contractors and Subcontractors) 33 34 3.1. All Bidders and their subcontractors are required to be prequalifed for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 htt s:// roicet oint.buzzsaw.com/fortworth ov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPregualification/TPW%2OPaving 42%20Contractor%20Prequalification%2QProram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 46 httpsa/projectt)oint.buzzsaw.com/fortwortligov/Resources/02%20- 47 %20Construction %20Documents/Contractor%20Prequalif cation/TPW%20Paving 48 %20Contractor%2OPrc ualification%2OPro ram/PRE UALIFICATION%20RI 49 UIREMENTS°/,20FOR%20PAVING%20C_ONTRACTORS.PDF?public CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 21, 2015 0021 13-2 INSTRUCTIONS TO 131DDFRS Page 2 of 9 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 https://pro9ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Construction'Yo2ODocaments/Contractor%2OPrequalification/Water%20and%2 5 OSanitar %2OSewer%2OContractor%,20Pre ualification%2OPro rain/WSS%20 re 6 gual%2 Orequ irements.doc? public 7 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalifcation should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame_ Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council_ Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 33 34 4.1. Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnisbing of the Work. 48 CITY OF FORT WORT! I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASI: 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 02200 Revised August 21, 2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (11) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data I 1 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for falfiIIment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY Of FORT WORTH SYCAMORE CREEK RELIEF INTERCFPTOR — PHASE- II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 21, 2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 1 1 any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (1) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work, 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands far Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH SYCAMORE CRELK RELIEF INTERCEPTOR— PHASE II STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 21. 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 o1'9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or- clarifications l 1 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 19 City of Fort Worth 19 1000 Throckniorton Street 20 Fort Worth, TX 76102 21 Attn: Liam Conlon, Water Department 22 Fax: 817-392-6828 23 Email: Iiam.conIon@fortwoj-thtexas.gov fortworthtexas.gov 24 Phone: 817-392-6824 25 26 27 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3. Addenda or clarifications may be posted via Buzzsaw at 31 litt s:%/ i-o eet oint.buzzsaw.calil/ bz rest/Web/Landing'? folder=] 749 INbz resdWeb!ltemlltenr 32 s?folder— 1939439. 33 34 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 43 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 45 the requirements of -Paragraphs 5.01 of the General Conditions. 46 CITY Or FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO)LCI NO - 0'-?00 RCjriwd August 21. 201 i 002.113-6 INSTRUCTIONS TO BIDDERS Page 6(if 9 1 7.2.,rhe 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 he in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 1 1 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-201 1 (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 Fonn 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 norm 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 SYCAMORE CREEK RELIEF INTERCEPTOR PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCI,MENTS CITY PROJECT NO. - 02200 Revised August 21, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS PaVc 7 of 9 1 I2.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be :filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to 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 snail 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 01: FOR1 WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised Aukusi 21- 2015 002113-8 INSTRUCTIONS TO BIDDERS Pagc 8 of 9 l 14. Modification and Withdrawal of Bids 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 tiled 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 SYCAMORE CREEK RELIEF INTERCEPTOR PI LASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMM'I'S CITY PROJECT NO. - 02200 Revised AUQust 21, 2015 0021 I3-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower that] 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 ITT 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 WORT] I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd August 21. 2015 VU 35 1 BID FORE Page 1 of I 7 SECTION 00 366 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 CIO f 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. i http: ethics. state..tx.!s/forms/CI, f t btt©:/tw rw.ethics.state.tx.iis/f`ormLCtSpdf ❑ CIO Form does not apply k ❑ CIQ Form is on file with City Secretary 21 CIO Form is being provided to the City Secretary ❑ CIS Form does not apply k ❑ CIS Form is on File with City Secretary I] CIS Form is being provided to the City Secretary BIDDER: S.J. Louis Construction of Texas, Ltd. By: Adam Lunsford 520 South 6th Avenue Signature: Mansfield, TX 76063 Title: Vice President p' EN© OF SECTION -- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE CITY PROJECT NO. - 022 Bid Proposal Wor€cbook_(ADDENDUM 3).. i CONFLICT OF INTEREST QUESTIONNAIRE FORM 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 Date 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. t Name of vendor who has a business relationship with local governmental entity. N/A 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 focal government officer about whom the information is being disclosed. Name of Officer - 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 CIQ as necessary. A. fs 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? E—j Yes t -- f No 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? ElYes El No 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 fi j" Check 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). 10 03 2M Sign re o von doing business with the govemmenta'I entity Date Form provided by Texas Ethics Commission www.ethics,stale.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176_htm. For easy reference, below are some of the sections cited on this form. Local Govei nnient Code 4176.001(1-a). "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code,4 176 008(a,)M(A1 and (B). (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if- *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local G-overrnment Cu e J 176,09 a And-(R-,1A (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 1 76.003(a-1 ); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 2 i I I LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 641h Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. 1 Name of Local Government Officer NIA 2 Office Held N/A 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code N/A 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. NIA 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted _ NIA Description of Gift NIA Date Gift Accepted NIA Description of Gift Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) ti AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Seclion 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement vers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. �wE�tpY CODY LEWIS SEARS .,�. ;¢Notary Public, State of Texas Comm. Expires 08.01-2020 �9TF'':'� ` k -- -_. ---- - -----------� No,aiy ID 13t1:i508-1Igtlature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said _Ada.ni Lunsl'oid - _ this the _ 3r(> day of _QCt_of r _, 20 19 to certify which, witness my hand and seal of office. i Sears ---RB#qt: Gar rdjnatgr - Signature at officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not laterthan 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an 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), Local Government Code; b) has given to the local government officer or afamily member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officerfrom the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer Local Government Code lk 176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Locall Government Cote ri 176.003(a)(2)(A). (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 V 0041 00 BID FORM Page t or 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: City Project No.: 2200 Units/Sections: Unit 1 - Sanitary Sewer 9- Enter Into Agreement Sycamore Creels Relief Interceptor - Phase II The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Form Revised 20150821 Bid Proposal workbook_(ADDENDUM 3).xls 0041 00 610 FORK] Page 2 of 3 a The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. b. 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 with Material Supplier information Form g. Conflict of Interest Affidavit, Section 00 35 13 "lf necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. i'- Bid Submittal This Bid is submitted on October 3, 2019 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 by the entity named below. SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE II CITY PROJECT NO. - 02200 Bid Proposal Warkbook (ADDENDUM 3) AS 00 41 00 BID FORM Page 3of3 A I Respectfully s �b fitted, By: _. Adam Lunsford (Printed Name) Title: Vice President Company: S.J. Louis Construction of Texas, Ltd. Address: 520 South 6th Avenue Mansfield, TX 76063 State of Incorporation: Texas Email: _@dgjpf@ uuis.cflm Phone: 817-477-0320 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Receipt is acknowledged of the following_ Addenda: Initial Addendum No. 1:�- Addendum No. 2: s.- Addendum No. 3::_ Addendum No. 4: Corporate Seal: SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE ll CITY PROJECT NO. - 02200 Bid Proposal Workbook_(ADDENDUM 3).xls - aaaz as u�0 PRorasAl. Paec i oF2 5 SECTION 00 42 43 PROPOSAL FORM 9 I I I SYACMORE CREEK RELIEF INTERCEPTOR, PHASE 11 Bidder's Aqoiication Project Item Information Bidders Proposal Item No Description Specification Section Unit of Measure R1d unntit Unit Price Bid Value Emit I - Sanitary Serer _ y u I 9999 0001 88" Tunnel Liner Plate & 66" Carrier Pipe By Other Than Open Cut 33 05 21 LF 264I.sl Z 3331 5301 66" FRP SN72 Sanitary Sewer Pipe 33 31 13 LF 14) 3 3331 5301 66" FRP SN46 Sanitary Sewer Pipe 3331 13 LF 1,813 �'f fill N Z 1,,3 4 5 9999 000) 3331 5301 64" Tunnel Liner Plate & 48" Carrier Pipe By Other Than Open Cut 48" FRP SN72 Sanitary Sewer Pipe 33 0521 33 31 13 LF LF 87 1,430 S53 ova �1i v-11 4-M 7,9a �—' 6 7- 8 3331.3301 3331 5301 3331,4308 42" FRP SN46 Sanitary Sewer Pipe with CLSM Backfill 27" FRP SN46 Sanitary Sewer Pipe with CLSNI Backfill 2.V SDR-35 PVC Sewer Pipe 33 31 13 3331 13 33 31 20 LF LF LF 210 210 60 $625.00 $555.00 $228.0 Sl3l 2511RO - $116,550,001 513,680:00 9. 3331 5501 12" SDR-26 PVC Sewer Pipe 3331 20 LF 252 $116,00 $29,232.00 10 w11 ' 9999 0000 9999.0000 Polymer Concrete - Junction Box I (Including CLSM Backfill and Appurtenances) Polymer Concrete - Junction Box 2 (Including CLSM Backfill and Appurtenances) 313922 33 3922 LS LS t 1 $213,000 00 $179,000.0 _M$213,000,00 $179,000.00 12 9999 0000 Polymer Concrete - Junction Box 3 (Including Appurtenances) L^ 33 39 22 LS 1 $273,000-00 $273.000-00 13 9999,0014 Reinforced 96" Dia. Polymer Manhole - 33 39313 EA 2 $55,10040 L $110,200.00 14 15 3305-0109 3123 0105 Pwpoinllon and Implementation of a Trench Safety Plan` .� Coiucnl:Stabilized Sand Backfill 3305 10 3123 23 LF CY 3,935 too $0.01 S81.00 $39,83 $9,100.00 16 17 3301.0101 `99990000 ,binaitote Vacttam Testing R Junction -Structure Water Testing 3301 30 333922 EA EA 16 3 $200 00 $1,0000C1 $3.200 00 S3,000.00 18 3301..0001 Prc-CCTV Cleaning and Inspection o£Existing Lines 3301 31 LF ` 2,510 $5 00 $12,550.00 19 9999,0000 Sewer Debris Removal J� v v� - 33 04 50 CY 60 $ I60-oil $9,640.00 20 3301 0002 Post - CCTV Inspection 33 01 31 LF 4,336 $l 50 $6,504 001 21 32160101 Concrete- Call P3ih 32 [613 SF 9,925 $9.40 $83,37000 22 9999.0000 ;Anphnit Pavement (Windham St. and Vickery Blvd) 32 12 16 Sy 100 $110 00 $11,00DA0 23 3305 0110 I111lilyMarker Pole �i y 33 05 26 EA 8 $13000 S1,200-00 24 9999.0000 Gravel Path Restoration Sy ` 98 $12.011 � $1,176.00 -_ 25 9999.0000 Irrigation Replacement (4" HOPE Line) - LF 250 $15.0 $3,750,0Q 26 27 9999.0000 9999 0000 Odor Contra] Assembly A (Including Equipment- Piping, Concrete, Etc.) Oder Control Assembly B (Including Equipment, Piping, Concrete, Etc.) EA EA 2 1 $25,500.00 $30,400 00 $51,000-00 $30,400.00 28 29 0241.3302 0241 2026 Rntnove-Sanitary Sewer Manhole Remove 48" Sower Line 02 41 14 0241 14 EA LF 5 I80 .$2,000.00 $40.00 $(o,000 00 $7,200.00 30 9999 U000 36-melt Waterline Protcclion and Supports (Including all equipment, labor, materials, stl niflnls- Plug and Grout Abandon Exist Sanitary Sctver Line 02 41 14 1 S CY { 210 SI5,000-00 $120.00. $15,000.fl0 $25,20000' 31 0241 200I 32 3471.0001 City of Fart Worth Traffic Control (Design and Provide) 34 71 U LS 1 $1 00 $1 00 33 9999,0000 {:terrk Restoration flacluding, Gabion Baskets, Retaining Wall, Concrete, Etc-) ' 313600 I,S 1 $94,000.00 $941000,00 CrI VOF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION WCUMENTS F"gym R-icol 2a 20120 SYCAMORE CREEK REIEF INTERCEPTOR. PUA- T.11 Ct rY FRoirm, NO -01200 M A243 DIP PI+OPOSAL Pa6c2 or2 34 3292,0100 patk Sodding Restoration (Per Section 32 92 13) 3292 13 SY 38,403 S4 0G $153,612.00 - 35{ 3303 0001 Bypass Pumping 3303 10 LS 1 $100,000,00 $100,000 00 36 0171 0001 Construction Survey (Redline As -built) GPS 01 71 23 LS I $3 000.00 _ $3,000 001. 37 0171.0002 Construction Staking _µ'Y---- 01 7123 LS $12,000,00 $]2,000,00 38 9999 0000 Temporary Chain Link Fence for Tree Protection 3231 13 EA 35 $100.00 $3,500.00 39 3310:0102 6"-12" Tree Removal 31 1000 EA 3 S2,500.Oo w $7,500-00 40 3310 0103 12"-18" Tree Removal 31 1000 EA 1 �1 .$3,500.00 $5,OU0.00 $3,500,00 41 01350101 Railroad Coordination (Permits, Insurenee, Etc.) 01 35 13 LS $5,000.00 42 0[35.0102 Railroad Persounet/Flapocn (RailPros) 01 35 13 WD 70 $1,600.00 $112,000,00 43 3305 0103 Exploratory Excavation of Existing Utilities _ 4 33 05 30 EA - 8 $750 00 $6,000.00 -- $35,000,00 44 9999.0000 ,SWPPP - - ---- 015713 LS t $35,000,00 45 9999,0000 Construction Allowance (Sewer) LS 1 $150,000.00 $150,000,00 Sub -Total unit 1-SanitarySewer Alternate A - Standard Concrete - Warren EPDXY or Chesterton COMC(t Manhole $'ES;�1D-00 $'1$0;0(lQ•Oi1 At 3339,1105 Standard 60" Dia Manhole j pe A.(13p to G i)eptll) _ _ 33 39 20 EA _ 12 _ _ A2 3339 1103 Additional Vertical Dcptb on Standard 60" I)ia. Manhole (All Types) 33 39 20 VF 95 $180 00 $17,100.00 A3 3339 loot Staldard 40" Dia, Manhole ( Up to 6' Qepth) 33 39 20 EA 2 $8,100.00 $16,200.00 A4 3339 0001 Protecttvc Coating For Manholes _ 33 39 60 VF 166 $33000 $54,780.00 Suh,Total Alternative A Sewvr $268,080.00 Alternate R - Polymer Concretc.Manb_oles B I ')999U014 Reinforced 60" L)ia_'t'ypc A Polymer 1Manhnle (Up to b' Depth) 33 39 30 EA 12 $2U,10000 $241,200,00 B2 9999 0015 tional Vertical Depth on Reinforced 60" Dia Polymer Manhole (Alt Types) 33 39 30 VF 95 $1 00 $95-01) 113 9999:IH7lG forced 48" pia, Polymer Manhole 33 3930 EA 2 $13,000 00 LR S26,000,001 Sub -Total Alternative B Sewer S267,2%.Ott ­ rotai 1 = Sub -Total Unit i + Sub -Total Alternative A: 'CY1 ' _'3t.x.,set 8•�S "rotal2=sub-Tow Unit i+Srb-Total Alternative B: I 'A'nle: The City keservrves the rrg&J Jn sefceJ viltrr IbJnt 1 .,r 71orn11 END ©F SECTION CRY or ruRT WORTII STA14DARUL'ONSTRUCTM SMIFICAT1DN DOCmnSTNIS r.- R.6.d ZOI ZU 12U SYCAMURL' CREEK Rra AM: MPEACEPTOB - PaASF. Il CRY PROJECT NO - 022M 00 43 13 BID BOND Page f of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, S.J. Louis Construction of Texas, Ltd. , known as "Bidder" herein and Ltbimty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Sycamore Greek Relief interceptor - Phase 11 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 3rd day of _ October �, 2019. ATTEST - Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION OOCUMENrs Form Revised 20171109 PRINCIPAL: S.J. Lous -; I structjo `Te a. Ltd - BY: ]gnature�� - Name and Title SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE II CITY PROJECT NO - 02200 Bid Proposa! Wo€kbook_(ADDENDUM 3) (002) 7 Witness as to Surety Teuta Luri 00 43 13 BID BOND Page 2 of 2 Address: 520 South ,61h Avenue -7 iS SURETY BY; . t_ Ignature ~� Tack M. CrowEey, Attorney -in -Fact Name and Title Address: 175 Berkeley Street _ Telephone Number: 763.302.7159 -- Attach Power of Attorney (Surety) for Attorney -in -Fact *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 E'ND OF SECTM SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE II CITY PROJECT NO - 02200 Bid Proposal Workbook (ADDENDUM 3) (002) This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except to the manner and to the extent herein stated. Liberty. SURETY LibertyMutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200897 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Steven R, Foster, Jack M. Crowley, Deborah English, Sonia Lara, Teuta Luri, Daphne Massey, Luke J. Nolan, Jr. all of the city of Addison _ slate of _ TX each ind€viduaily if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, far and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognlzances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this loth day of April '2019 Liberty Mutual insurance Company tNSt� Y Etts rtINBU 4 Rq V� The Ohio Casualty Insurance Company West American Insurance Company 1E 1919 1991 a jy * ttyt liti 3 h By Dav€d M. Carey, Assistant Secretary of PENNSYLVANIA v of MONTGOMERY 10tb day of April _, 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance oy, The Ohio Casualty Company, and West Amedcan insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes contained by signing an behalf of the corporations by himself as a duty authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above vailten. 012MMONW_fi_AUHOFPENNSYLVANIA � ��� +r. 4r f..�5g (((4 No3arial Seel Teta' sa Pasiena, Notary Pu611c Upper Meticn Twp„ Montgomery County 13y; i+ My Commlasion Expires March 28, 2n21 w�s Member. Pennsylvania Association of Notaries Pastella, Notary Public This Powarof Attorney Isrnade and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company; and West Afnertcan Insurance Company which resolutions are now in full force and affect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such ttmitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recogn€zances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation- When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any reprdsenlative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the Pteskleni or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seat, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary - Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys4n- fact as may be necessary to act an behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reeogntzances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretaryof the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company In connect -ton with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed, I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY FIEREOF, I have hereunto set my hand and affixed the seats of said Companies this 3rd day of October , 2019 . 114StIp -1 IN 114611� r1912 1919 n 1991 �t Renee C. Llawei I Secretary LMS-12073 LMIC OCIC WAIC Will Co a82o18 OD4512-1 PREQUALIFiCATION STATEMENT 't i r 1 SECTION 00 4512 2 PREQUALIFICAT{ON STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for 5 the major work type(s) listed. 6 7 S 9 10 11 12 13 14 15 16 17 Major Work Type Contractor/Subcontractor Company Name p Prequalification Expiration Date Pipeline InstallaLLan Tunnels S JyLouis Construction of Texas, Ltd. —� 04/30/2020 - ---_� -- -- _- The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 02200 CITY PROJECT NO. - 02200 Revised July 1, 2011 Page 1 of 3 PROPOSAL MATERIAL SUPPLIER INFORMATION DORM The pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. cLd Hobas Pine USAI r aaso --� Name of Manufacturer/Supplier FRP pipe - Type of Pipe cis 1413 East Richey Read Houston, TX 77073fc�va �. {�L •. Home Office Address of Manufacturer/Supplier c U3 1413 East Richey Road Houston TX 77073i Location of plant in which pipe and fittings are to be manufactured The manhole supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. U Composite Pipe Inc Name of Manufacturer/Supplier Poo zner Co.acretc Type of Manhole �800 CR 209 Alvarado, TX 76009 Home Office Address of Manufacturer/Supplier Location of plant in which manholes are to be The tunnel liner plate supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. Contech Engineered Solutions Name of Manufacturer/Supplier -Flame Lin r Plate Type of Liner Plate me Ashland Kentucky - - Location of plant in which liner plate is to be manufactured The interior epoxy lining (if used) supplier information form bound with this project manual shall be provided by SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 CITY PROJECT NO. - 02200 MATERIAL SUPPLIER INFORMATION FORM Page 2 of 3 the Contractor at the time that the bids were submittted. H 1l }estoratia Name of ManufacturedSrlpplier - of epoxy 860 Salem. Stareet Grovelanei MA 07.83 Home Office Address of Manufacturer,/Supplier nt in which material is to be The junction structures supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. U.S. composite Pipe, Inc. - Name of Manufacturer/Supplier Polaier Concrete junction Boxes Type of structures 800 CR 209 Alvarado .'1`,X 76009 Home Office Address of ManufacturerlSupplier 800 CAR 20 lva-adp..T�09 Location of plant in which material is to be manufactured The Odor Control supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. Calaon Carbon - - - - - — - Name of ManufacturerlSupplie r Ventsorb PE Model No. USPE-200--C: - - Type of Odor Control Of Location of plant in which material is to be manufactured The Sod supplier information form bound with this project manual shall be provided by the Contractor at the time that the bids were submittted. Blue SU Sod - - Name of ManufacturerlSupplier SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 CITY PROJECT NO. - 02200 MATERIAL SUPPLIER INFORMATION FORM Page 3 of 3 Berinad _ Type of Sod 621 Wolf S rings Road Perris, TX 75125 Home Office Address of Manufacturer/Supplier 621 Wolf Springs Road Perris TX. 75125- Location of plant in which rmatertal is to be manufacturedisupplied SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE It CITY PROJECT NO. - 02200 MATERIAL SUPPLIER INFORMATION FORM 004512-2 PREQUALIFICATION STATEMENT 1 BIDDER: 2 3 S,T, i o is Construction of TexnAs-Ltd. By: Adam Lunsford r _ 4 Company lease Print) 5 I �.- 6 _520 So it6 A-VOII a _— Signature: �� �`_ 7 Address 8 9 _ JVlansfteld, TX 7FQ63_ __-- Title: Vice President _ — 10 City/State/Zip (Please Print) 11 12 Date: _ 1003 :2Q 1Q 13 14 END OF SECTION 15 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.02200 CITY PROJECT NO. - 02200 Revised July 1, 2011 FORT WORTH SECTION 00 45 13 Bidders Prequalifcation Application BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone City City Fax Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Email Texas Taxpayer Identification No. Federal Employers Identification No. 1 DUNS No. (if applicable) Zip Code Zip Code MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDFR PREQUALIFICATION APPLICATION Page 2 of S BUSINESS CLASSIFICATION The following should be completed in order that we may properly classi fy your firm: (Check the block(s) which are applicable - Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalificd. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches 60 —inches, and greater than 350 LF Tunneling -- 66" and greater, 350 LF and greater Tunneling 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inehes and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - P11ASE II STANDARD CONSTRUCTION SPECIFICAI [ON DOCUMENTS CITY PROIFC'I NO. - 02200 Revised December 20, 2012 -A. 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, I2-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstnlction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving ConstructionnZeconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 0045 13 - 4 BIDDFR PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5,Have you ever failed to complete any work awarded to you?_ If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CrfY OF FORT WORTII SYCAN40RE CREEK RELIEF INTF'RCEPTOR -- PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 0045 13 -5 BIDDER PREQUALIFICATION APPLICATION Page 5 of R S. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials durinlr the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS I 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. I? what iq thn nonstmct.inn experience of the nrincival individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SYCAMORIi CREEK RELIEF INTERCEPTOR PHASE II STANDARD CONSTRUCTION SPECIFICA 1 ION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 ii J 004513-6 BIDDER PREQUALII ICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No. - 02200 Revised December 20, 2012 14. Equipment 004513-7 BIDDER PRI%QUALIFICATION APPLICATION Page 7 of S TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. tt your firm nas more inan .)u types Ui equilniicuR, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT wORTII SYCAMORE CREEK RELIEF INTERCEPTOR PHASE ❑ STANDARD CONSTRUCTION SPFC]FICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20. 2012 004513-R BIDDER PREQUALIFICATION APPLICATION Page 8 of $ BIDDER PREQUALIFI CATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each parry with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. C1 I-Y OF FORT WORTH SYCAMORE CRFFK RI-I.IEF INTERCEPTOR — PIIASE it STANDARD CONSTRUCTION SPECIFICATION DOCUMFNI:S CITY PROJECT NO. - 02200 Rev iscd December 20, 2012 00 45 26 - 1 CONTRACTOR COMPLIANCE wITI-I WORKER'S COMPENSATION LAW Page I of I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02200. Contractor further certifies that, pursuant to Texas Labor Code, Section 406,096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: SJ. Louis -Construction-of T_ exas, Ltc_. __ By Adam Lunsford Company (Ple s'e Print.1 _520 South 6th Avenue _ -- Signature:-----,_---� Address _M_ansfield, T_X 76063 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Title: Vice President T (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Adam Lunsford _, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the salve as the act and deed of_ Vice P+=siden,� __ _ _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this —_ 3rd _ day of October , 20.19 Notary Public in and for the State of Texas 38 END OF SECTION „lilitl! COpY LEWIS SEARS _Notary Public, Stair of Texas. 39 %',- Comm. Expires 08-01-2020 Notary M ,0760871 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE It STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page iof 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of - . - . ., 1 our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. The principal place of business oPour company or our parent company or majority owner is in the State of Texas.' BIDDER: S.J. Louis Construction of Texas, Ltd_ 520 South 6th Avenue Mansfield, TX 76063 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Adam Lunsford w3nnffAnl, Title: Vice President Date: 10/03/2019 SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 CITY PROJECT NO. - 02200 Bid Proposal Workbook —(ADDENDUM 3).xis Sycamore Creek Relief Inwrceplor - Phase I[ Addendctrrt 3 CTrY OF FORT W OII'I')FI ADDENDUM No. 3 TO ' l'Wi, SPECIn{:A TIONS AND CONTRACTI)OCU1MENT VOR SYCAMORE CREEK REL EI+ INTERCI?PTOR— PHASE II CITY FROXFCF NO.02211D Original Sid Opening Date: Thursday, September 19, 2019. Revised Bid Opening Date: Thursday, September 26, 2019. 2n' Devised }did Opening Date: Thursday, October 3, 2019. Addend lum No. 3 Issued: SepI-ember 30, 2 01 The coatrAct artd docrumcnl2� hur the subj c Wject ark hereby revised ov amended as thp, Hi wind The addetxfct and updated documents have been postad onlineo and can ba-viewed ar. htipsJ1 s.. eC 6' ii bkkZ2 rJ%VLCcJtItl �r _Pe lIV4' b {s rrrclITfdcac? oatfer= 3769 a11! l real T silt enrlJtems?Fofder376991 — — Quest ion8 C)arificaiiuns: 1. I'm reviewiag addendum no. 2 for Sycamore Creek Relief Int wtor Ph, II and have a goestion Eobout a nore plan sheet I.91 111.e nose reads "Remove Exist. 48-inch pipe see note 6," mote 6 "SnppW 36-jnch existing wzterline during all Lxcavation acHvity. Critical waferlino to rem Edn in service at all titrieRr." Please Glari3}r which nate.isapplicable to the rentavaI of the existing 48" line. o- The reinouaf of the 48-ipich mrastewater line note s1twild be Note 3_ Niste b 1vas ud&-rl fu vapHes& fhal fhe caniracrnr shah i ainfain cxayrfion and whea extxrvnF ng neap' fire 38-r"ch warerf ne; Prniect Manual; Section 00 4,143 13id Proposal Farm stalI bo replaced with this Addendum in its ciatimy, dlte-TolT•awft I3id items have been added; Bid item tr, lido 36-imb wata ]im pn*t L-Hom and tarn3orts. Icrfa Sycarnnre Creek Relief Inw-ou-ror - Phase I1 Addondum 3 Section 00 45 12 PrequaliGeatioo Statement shall be replaeed with this Addimclum in its eratir6r . ■ Major Wark Type) ltcros w1mm removed to the Pmqualilafation Statailacut in this'sec#ion. ateriai Supplier Form I4loilmigefumAddendumNi. Ilk following City of F'nrt worth,Nchriicaal SpecifFcal.irsns iaave heed updated by the MY. + !=Iion 33: 01 30 Sewer Mfflihole Testing o Jnspwdon F'orraa - Vacuum Test • Section 33 39 60 L,inur; fur Sanitary SevJur tmciur�s. n, fnspectionFtarm -Film Test o Trapection Form - Ad hag ion `i'est o lrpc7ctian l crtm - k�ollday 'i'c$t plans; Tcc( 3 - General NfArs & Legeud shall have The .folk)wing notes added [o the nnff6live with phi& Addendurn. Also refer to Bid Item 30_ 3 1Ttc h Water Line. P rotectimm (Sycamore Park) The existing 36-inch oonerete water line is as shown on the plans. and h sbvvrrl to be Aallow- (Refer to the SUE information). Corkiractor siaaii use mat5 to protaut Cho uxasting water fine while doing any operations above the water line. Contractor shall submit shop drawings of his proposed protections; to the C i ty and the )engi near for aeknowlindgmuat and rappmvai 14 days prior tQ consvruetion activilics. 2. Contractor shal l also suppon tbo: sdns 36-inch concrete waterline shown on the plans with a continuous suppan SyAcra, of iris design, during tht excavation process. This supfaurt system shall remain in place until both the prvpnseti 48- and 66-inch sewer lines are installed, and the existing 49. inch sewer line is removed_ Contractor shaII submit shop draawiaags of his prod pipeline suppm Sys teni to tlrc.City and the Erlgintsu for ackntawledgmerrl and approval 14 days prior to cunstruvtian 'Gutiritins: 3, When the excavation support system in place, the cantmder will have one week to complete the inBtaIIation and removal of sewer pipe Iines below the e*.iaing concrctc water line. During that week, opurations will shut -down €low on the existing line_ Contmotor ABII contact City Operations (Rumll Nor or Martin Phillip) to schedule the shuI-duwn. ShuIdawv. gaol only occur raRcr October I" and 1,c; bpiore May I ". 4, Contrmtor shall be rvsponsibie for all actions pertn.in.ing to this cxisting 36-inch V'Oyi arcte water line. Any damage shall he repaired at the coruractur's expwL5e, as sncm igs the damage, is rualiaed_ Cvatrac:tor shall notify the City immediately when an cveut occurs_ 11 is critical that the contractor 9uhirut and schedule leis iietinns and sequencing to the City tar a pprova1. Sheet 17-MmaatrswitterPlan & ProGIeSTA. 51�-00 to End sloop be. mplaced iri ifs enIirety with this Aditcndum: i Remove ifworkeet ikole caLliout err 36-inch waterline is ptufiTe. 2. of 3 ymmam Cmek Relief lnwrceptor - Phxsu 11 Addendum 3 Revised Note 5 to "Supporc nud protect 3&-inrh ex6 ing waterline during Al cons tru.rtion and excavation activity. Refer to Sheet 3 Fur more I a forma tion." Sheet 29 —Wastewater Plan & Profile 4!3-inch Lzilarnl shall be rupla,,;ed iii its enkiretywith this Addendum: • Remove incurrect now na IIout on-36-inch wnferline irr prattle. 'Rovised Note b to `4Support and protect 36-finely existing wales -Clue dmring all co msiraction and excavation activity. Defer to Sheet 3 for inurt inforrmRdDR. i° !nlormaliun lu Bidders: Thies Addendum Na, 3, Forms parl of the Sp=iFications mid Conbmct Ekwuments for the subjmt proj eel and inod ifiics [lie original 8pe:ii' time and Contrar:lDocuments6fthe, same. Acknowledge:you rrucciPt. iifthis dderidum No. 3 by -completing the mquested information at the following locatialls; 1, In 1U space provided in Suction U0 41 GO Bid Farm of'thc Bid ProposaI. 2_ Gxecufe acknowledgemen( below and 9ubmltsigned copy with your proposal al lk Ulne or [lie bid -submittal_ RED: EIPT ACKNOWLEDGES. LEDGES. Title: Lockwood, Andrem & Newnam* Inn. . LF,, A DOLLY COMPANY Texas "stared EnglrreeringP1m 1--2614 GREG PL VAIAGhN 12$583 .' ! rCEPk'3�•`��'% ,f AL _ 1302 019 LOCKWOOD, ANDRM & NFWVAM, INC. FIRM NO, F-2614 City of Fart Worlh 'ferny Sholola, P�_ keniow Capital 1'mjecls 011icer, Watcr Departmimit. 13y: L 3 of-3 40 3� 1a BID FORM Page 1 0f 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, ofFemr or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement rrlay be requIred to Wmplete a Conflict of Interest Questlonnaire (I he attached ClQ Form) anWor a Laval Guverrlrnerit Offlcer Conflicts Disclosure Statement (the attached CIS Form) pursuant Ia state taw. You are urged to consult with counsel regarding the a.pplicabilily of these forms to your company, The relerenred forms may be downloaded from the Iinks provided below. .�#tp .l�ywnv-ethics:state:�e. Ws7#arrrtsfC I D: pd F h1tp,flwww.ethics. stag-N,us#forms/QIS- pdf CIO Form does not apply IC Ferm is are file with City Secretary CIQ. Form is being provided to the City Secretary i CIS Form does not apply —� CIS Form is on File with City Secretary _I CIS Form is being provided to the City Secretary BIDDER: Company Name Here Addiress Her13 Address Here or Space City, SWle Zip Cade Here END OF SECTIDN By, Printed Name Here Signature Title: Title Here CIV OF FURT %WRTH SYCMURE CREEK RELIFF INTERCEPTDR - PH ASE I I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO- - oz2flo Flo m Revised 20171104 Oil d1 M-CM 42 43-M 43 15,00 42 43_00 43 a7 00 45 T.2_0015 13_Bid Proposal 4Vorkboak_1AD�NI3LIAA 3} SECTION 00 41 00 DILL FORM TO, The Purchasing Manager do- The Purrha5Ing DIVzion 1000Throckmnrion Sheet City of Fort Worth. Texas 76102 FOR; City project No,: 1260 UnitsfSe0ons unil 1 - SahTttary Sower 1. Enter Into Agraoment Sycamore Crook R6iaf Interceptor - phase II rN111 00 Bit) FoW PFMC r 01 S Tile undersigned Bdder prapnsas and agrmers, IF this Bid is accepled, to enter into.an Agreayngfit with City in the rafm tnctuded in Oka Bfdtting Documents in perfwrni and furnlah all Vyork as SPOC Pied of indicated in the Contract Docmmants for Me Bld Price and within the C-OfiIFarI Time 1rid ic4ted in this Bid and In a=rdnace with the nthmr terms aad contlrtians of the Conitad Docurrlunla. 2. BIDDER Acknowlriclgements and Certification 2,1, In suhminir+g thi's Bid. Bidder accepts all of the lerms. -and condd6ans of the INVITAT10N TO BIRDERS and INSTRUCTIONS TIONS TO BIDDERS. Including withoul Ipmitatlon those dealing wilh the disposition of Bid Band_ 2.2. Nddvi is aware of aJI coats to provide the fsglllred insurance, will do so pending contract award, and will provide a valid instirilnce certificate woeti119 all requirements wilhJn 14 days of notification of award. 2-3. Bidder cerlifles that this Sid is gentilne arid not mode in the Interest of or on behalf of any uridisclased rndlvidual .or erllity and Is not suhmrttad in co (urrn y with any colluswe agreement or rules of any group. assonaflan, organi�zalian, or carpora[ioak 2-4. 13iddeT has not directly of indirectly induced cr soficited any other Bidder to submit a faEse or sham Ncf. 2.5. Bidder has n€rf solieNed ar Induced any Individual or4904y to refrain from bidding 2.6. Blddar has not engaged In corrupt fraudufant, calti.Wva, or coercive praclices in colleting for the Contri ci_ For the guiposes-of this Paragraph; a- "corrupt practice" means the offering, iRiwing, racelvf ng, or soltolting of any th ng. of value Lkaly to influerleir the action of a public afti6al in the bidding process. b. "Fraudulent practfoe" means oa interrtlonal mi5represenl,3bun of facts made (a) to influence the bidding pmcoss to 1 he detament of City (b) to establish Oib pieces at -artificial non-compelillve tevalsL OI (c) to depave City of the benefits of free and open Lumpetrtian, c "wilvinive practiec" meads a scheme or afrangerneat belwaan two. or more Bidders, vwth ❑r wWiout the knowledge of City, a PurP❑se of which Is to establlstl Bid prices at aitfirial, non-❑ampatitwo laaiets- d "coerme practice" means harming W threaterldnq 10' harm, directly or Indrrectty. persons or their property to in I'lijaner their partkdpslign in the bldding promss of affect Me! exeruIion of the Corilract 3, Prnr{ualiiica6an The DFddnr aoknowtedgi�s that this following word tytln must be perfoiTnO only. by pngquallfiad contraclors. -and subccolraarors: coy OF FORT qVi TH FrYrAMpRE I;RFZK RZ_ E RT INFEkCFP TOR - RWAGE 11 $7AN❑ARD r GNSTRUC HM SFr: EWICATION 13001rp ENT9 CITY PR43LM CT No. - g7ml Forni gM%V*d 2M6ri1i2.1 131341 00 00 42 dPJ10 Al 13_00141 4; 9643 37_Up 45 17_00 315 17_ad RFtjpr981YWOMok-(ALM}EFlGUM 3) OG41 all 13M FflWSA Npa2 Pr. 9_ b_ 4. 11me of CO9,p16605 4.1. The Work will be complete for Fnal Ateeptenr�e wilhin 365 days a"r the date w95en the the Contract Time commences to run as provided in Paragmp#r 2.03 of iha Isertieral Condilions. 4.2. Bidder accepts the provismns of the Agramnn rt as to liquidated darnages In 1ha event orfailurn to rc,rnpieia the Work {andror BeWevnment of P4testorlos} wittlin the tirnins sper,Ged in the Agreement. 5. Attached to 11ris Bad The following documents are attached la and rn2oa a parr of this Bid' a. This Bid Form, Sectlan DO 4100 b. Re uifeW Bic# Bond, Section 9Q A 13 issued by a surety meeting lyre requlrements of Pigragroph 5.01 of lho Gienarel C.ondittans. ri Propoaal Form, S"tion 00 42 43 d_ Vendor CadripTianco to Sleto Law Nan Resident Bidaer. Section 00 43 37 e. MV'1f8E Forms {optlonal at lime of bad) F. Pirequallficatkin Statement, Secl Ion DO 45 12'wlth Materiral'Supplaer Ii annxhan Pc;mk q. Ganflict of Interast At6dsvit, Section 00 35 13 'IF ntr nary, CIO or CIS forms cte to be provided dlrectiy to City S!?cfetary h, Any addllionell dno,lmenta Mal may be tequirad by Seclicm 12 of the InAruclions Ira 8ldders 5TOW l Bid Amount 6,1. Sadder will wmplete the Work in accordanoa with the Contract Dacumenis For the following bid amount In the space pr4wrded below, please enter the total -bld arnauni for #hit•: projact- Dniy lhis figure will i e rf'ad pubGdy by the City at the laid opening_ 5.2. It is understood aril agreed by the Bidder in sigh ing lhis proposal that the loll bid arnounl entered below is subject to vanf3cailon arcdlor n4e ificatlon by multiplying Ihe unit bid prices For each pay rlem by The respective estimaled quanlil+es rshnwn In li+Is pmposel and then tolallog all of the exterWed arrraunts. 7. Bid Submfftl This Bld 15 submitted on .11ilagt-IMIK Ya9!' ' by the entity named below. Respp0ully submitted, Receipt is ackrtr3wledgad of thel' tnl4a3 Following Addenda. CITY OF FOR t YVUH 5YCAMORF CREEK RED[Ef Wfn 3frff7OR- PHASE 11 NTANDARD C01k*1RUCTIM 6PEURGA.'r10N DOCUMENTS UITY r'RdJEU�440--U22oo Fprm 201151 J*41 W-IW 0 4�_OU a9 1}rt10<? �1 rIC!3 3!_IU]A& 1�_90 35 13_8U1 pror zrll WnrXWtr GAt5UE7wY7UM 31 a]'_ �Glgnaiurej . + h".l=le hr _ =ti (Pdrded Name) Company''sVNL mlu-AWd7— Address: Slane of Irictooralcon W - Errlall.'LY, 6ml- buigd Addrevi;1•Ppri�i Phone rYpur Pripet# Nfj jMr Htuit END OF SECTION Addendum Na- 1 Addendum No. 2 Addendum No-'3- Addendum No. 4. CarPorare Seal w q s IIP f1IrM FORM Page 9 d 9 CIl* OF F(jRF VK3RtH SYt;,4h10RE CREEK KkIEF INTERCEPTOR - PHASE DI STAMPA D MNSTRU TI)J4 SPECIFICATION DOCIPWgr 9 CM PFLQ.ECT NO. -IMM {mn Rmdaed 201SOU T 11911 4B_40 S2.C-W Al 13_01)444�_0p 0aaj q 45 7200 35 17_Oid Prnptepl VkPTO- ok_(r+DMMUM 3) 5ulnom co 42 d] "4P63MI. FORM SYACM ONE GREEK RELIEF IWEiZCEPTOR2 PHA$r= III Bidder's AuuGcobvl>I I%LgL�l11.1u111hn1r 1W1 RuL1n}i4UL.n.d 1Ltry Hu jJe.u+r*iwi S zC1o4fly 1L 5S'INM1.41S6 lull ilf l4♦N3LWIl ���. illr' !'ruli4nrr f1 ..15'•'ur Iliwi 1 - 4lraLWr Se4 tr I omPA 01141 AN-Tluwul LwnL lUwg &LL' i'woel r'Nr By gtLU Thou L]rWL V.4 13 03k lP =r.J ., Mil oWFRF'%IM-SwnL 5e"(ggw 133I IL IS 11) 1 3311 F1131 W MP EN0 €a-lkry 5Na ryt 1] J J L] LF I,tf FS JI 9994{MDE i.l' SIu=4 Lwei NI91t-& -!S' Viii rIF1 F` rI R9 1.1blen 71UIn QM11 UW 13 L15 21 LF B7 5 "1I.9hrF a,FRPSMI_Pip 313113 1_F' 1!3U 1711 SIM i"FRPSNViYwwy-&mi hwwihi'LKi1Wa#np T11111 t,F 'TO F 3331.3301 '7'. ii LP SNO. Sa.=w5ener rlpd."Hk {35111 Hu.i.FA iL 11 13 iF 1115 9 11-1141UH -V ij L-1+I'Vr'yc+wAj-r "3129 Li= po 9 1]3i S5111 IT, 5BR-]t, ILV[7.54%W )V, J3 31 Z4 I-F 'SS 1p 94W1KHH1 Doty.CmK,4,-AW.Al..1�hml{Indudlryl'JL%NLG`&I141.Ld .ema o1 $19V32 ti 1 11 111"AM4 Mvim rnrxrek Jwvomu 6uo:'-1Tnduiug CLSNCUicJAILm1AAplym mimmj l] 1139.21 LS I I: WM IRRHF h9, rr4r V.Wk- lon4+1m MN 3 I Infhnlrry'Si9e1r►r j 131922 }S i 13 9944{ldla p�rwwvjl9&'Ulu INglyinp.MMI&IC 337Q74 L-A g Iµ 2,115WOU Pu"a1m1t•d11L}I11len11LWIhmaaFLwlh94aoJPILin T3gi11F Lt 1,W. IS -31238145 Fernnu 5kohili dSond E#3FKHI I 212.1 rV. I8U it, TIM II1:11J %I11Ar4 Var" Crkur: IJ III ]U EA No l7 "W Olin h-holorl.5i11www h;f4qcr ii'a lllz 13 31? 22 EA 3 in 3701.(IU0j dnd hLLpftL of Esialuµ Lu1 13 tl l 31 LJF :.514 11) viiv um it Yhbm Rolnwrgl 13 W 30 xY 1,0 ID ISIFIAMw i'Po11-cciV 1ry{.1¢Mk 13 Ui 31 LF 1336 21 121anI1r1 1'aaerewVan JAA 1]Ifr}} Sr 9?.3 M 091 .4W00 rtiol uN .'nvwir1 i 1W MAINIL 4L mid yid Aviv 11144 1]'I7 rG Z'ri 160 a1 43111 f11111 4111111f Mvker twe 111 M 26 EA i 3# 4Ylq.LCHY+ �ilA�pag11I4Yi9u1o114m �"� 44 _5 4494.f1O1111 Imp um Rtr4ffm.a 14- JAW J..rLa1 t-F .yo 91 VJW DMO Odol L'.a1oul :5s>1nLIL[} A Vr-hullm-91AgLyeLv„j!. Plood. 1.'4111c sir. ER 1 U. V 9M401111 IhMl l nma¢I is IilT 11 lhwludm Fg9rpnxm 1-*4, l'anr..ssr. Inc 1 FLA 1 J &Ikl3 *] M�r5r41rag3mn'Ninnhyle 024114 Ek S jw 9941.2o14 Mmrmr-pr %w o Lmr LI241 as LF IM .. {To LICI II I IL IL±4LM14 F11L. mdGimil.iLgh&iiLvw �r1111aY5RLaT,Lltw fL'4P 144 cy, _'10 n .1-171 Owl VALy 4 F1ni'IWI114-1 rollir y-41nhn1 Mdnp oni F'm.4 drj 3d 71. i] 3-ti I 13 460'Jim vi eCtk lEew.ML. klaLtadw* Cabi m jjuda- lf.1tm11w 11A. Cu ala C¢ J 31 q5 M j A I 14 .LR7n1Rl J`aFFSod&.yrRnthrmrYmWor5a1r JL29: IT} 32 f13 g' d6#1l1 i5 ] WA (MKII Jlyp'41 Hr11KanK 13 4)3 40 L& J fO 001 &PI I aJIL14Ilm Surrey llLem1r -%S LLNtLIfih'R R171 a] L$ 1 .5T3'1 i'11 M I M} n 111 M" m 1 Il F+�1<IMFo II MCI 31.M-M,= rj uL Lm LI[,1T}1Y-n�M1 M4 LT LLPk rj1LX'Yk'ii .. +115 ik�wc.'-I-1M+ L-I. Nww1 1M1V- al I lir4i F Y 37 M7F UIIF± Rk 7x 73 13 I _M MOIMD Tunpx srn Glum L1n4 lmly f.e'rim 1L".br1lm NI j I'l RA is 19 31ILIarc, #=I: T4J otorm4111 j110UU EA l 40 73rn11FU4 p,-IN' Ti 11 WIN, F.A r aI dli501OL Italia.W C ,Lbiriuluul (Fb-1i 1L 11uLbu LL. fm p1 S5 1] Ls 1 42 ni1501R-' R.1lr.padP4!muuV641uumrnlAa.IP'+'}1 nk1611 WD t*, 41 P iM 644JA FvlkK IILny F,: �UdtLi.ux. of F.r,sl.ull 3] OS 3h EA M .1a '�91h71R1 Mk'Nli71] M' Il 1S 1 i� LJ.0310k V.wlru[21m AllimuniY iSLMw 1 I.S I {I=1r,1 YXI Id1 e1&'n.Init t- Srnan SnMr Amman t- Sluulrlk{nrerU.Un1r171n1Mxnk AXlkF Al J339110 Sxuarl1xjitAIlyo6'hOM d7397G rn' I A: 33" 1 ld3 fi1M11i9111'ak Vniicxl NI P khr 1.1u11 WFC IAA 7)$M). 53 MM VI 41# Al IIN111M NLRUuLd4Vfl4p-Ala11lgr{fitI1pa.I1UxrahI Id1920 I.rA Ae1 333yQ*11 JNe&ruYYPlruiuLLfpillrWI!11otrL 3.1390 V1 1;ri, lSNk�lwlyl kli.�nllrlrrY'*rnN hllnnile E}-I°nl mLr i'�oev �lBhhnle! I}I '039T.M14 8C.11FLOL'I'11 r.M' Illu TyJIr A ft4p+ller KJAIIIi,110-t1110 p1 M1 Ikp111) 1129.20 EA. 12 'I: l91ia15 kWiliiuijV;-Aivgl )y11(,IIIlall Ilpnfk*i; d& Ur Tl1q rmpyu� Mpulnlu FAUFypeF} 13 39 26 VF 93 J3.1 V;"Mu, krnluµe,lWLk. 14111tjLL h1rdg144t l3[303a FA Sol. Tine; h1I11„AIR'+, TI N. m. 1i *'J'aml I -5Ld1-Tail Uwi I I y drTnLJAl piwiii x A i *THIN =- �Ixral+l fJri 1 }S1AF1<Ildl AllzrrraYlYlB: S .V_ 61.I.lM1eYwwrrtlwPpArhrwkp,dArtrxrWo.' &? Zarb al KrrTws 11l1•xrInl4Lrl111 i i..rW ir, l r. i 11, ..UM.lI!K-ILL1411 aL+6y 1.Ltir10,e11, ixiiYi r—a.— • F.Sx .. SECTION 0043 13 HI€] BOND KNOW ALL BY THESE PRESENTS: 0o 45" r}lo r3nNF3 Ptge i t4 2 11hRl we, Company Name Hove , known as 'Bidder" merein and ' 1P`1661y:14 clbrporater'surety duly authorized Io do business in the Slate of Texas, kfigwn Els'Surety' herein, am head andRfimr]y biund unto the City ❑f Fart oriit_ a niupiiclpal corpafaioo envied ptirswant to Lhe laws of Texas, known as "City" herein, in the penal sum of 11ve percent {6°A} of Udder's maximum bid price, in lawlul money of the Urn ted Stales. to be plaid in r-orl Worth, Tactan t County, Texas for the psymlent of wrlich si" well and Truly to be made, we bind ewmalves, our hmrs, exacutors, adrnrnWr3taf5, successoft and assigns, joinlly and severally. firmly by these presents_ WHEREAS. the PnNelpal has subnil"d a bed or proposal to perfarm Work far the Wowing prn[ihct d"naEe;d as Sycamore Creek ROW f Interceptor -Phrase II NOW, THEREFORE, the coaddinn of this nM]gatlun is auch Mat if the City stiall award me Contract for I" fofegenng praied to the Prinapal, and ttm Pdn4al skoW calk* WI Mquiternerits arfd corubllants requ iced far We execulion of TM Contract and shall eviler Into the Conlreal inwntang vinih the Cfty In sccordurim wlttr the terms al such same, then thls obligailon shall he aw become null arin -void, 11, however, the PrIncipal falls to execule such Comma in aor=thrice wtlh the terms of same or fait, to satNty all mmquiramantz and condlt rise rogt6red for the execuliori of Iha Contract, Ibis hoed shield become the pi"ily of the C11y, without recourse of the PrIndpa,l andhr .surety, not ip exceed The penalty ilareol, and stall be used to compori"te City for the difference tmtwesn PMplpal's tots bid anwgrlru acid via next 9ftl0tied bIsf(Jers total k3ld ;mpk ril- PROVIDED FURTHER, tttal If any legal avian he filed err this Bond, venue shall Ile In TaFFARECaunty. Texas oi, the Unitad S tales Mstnct Court for the Northern Ustricl of Texas, Forl Workb p ytMoTp. IN WITNESS WHEREOF, t3ie Prinelpal and the Slxety have StGNEd and SEALED thir, i+iatrurnonI by duty authorized agents and aKioers on this the day of , 201g- PRINCIPAL Hr ATTEST- Signature Wtness as to Priampaf Name and Tina GUY OF FOPrr wcmR i IIY.rAMOM CREEK RELIEF tNTFW-fFTOfr -PHA E II sra+stVAJ) CrJWT naCix)N bPEC&itAllbdt diXUMErrTS GIrV rFs0aE3:;r �M.-Oz0 Fm Rmmgd 2[ 1711 tlB 00 41 M OG 4i A:1_f!} 43 13 tl0 4 43 1M 43 37_tld 45 12_W Z 13_" Pmp�I :'h am_r0AX1ENVW al Q(ra3 13 lain BONE) Pau@20,I Adifr %-.- SIJAETY: By, Signawre Name and Tine Add ress- Witness as to Surely TeWriTirarle Nurrlrser. Allacfr Power 6FAlum nay (Suelaty) for Attornay-irl-P�sct 'Note: if signed by an officer of the SLukly Gm7pioay, Were mull be an file a certified oxtrast trorn The by laws showing that TT1+r. person har. auihic6ty ka sign such flhfiga!IJm. It Sura y's physical address Is different born its rnni ing address, both must be provided_ The data cf the bond shall not he prior to the dale the Cnrltract is 2w2; ded, El i?.OF SECTION ciry ❑F rDRT %ORiH RY(;AJ GAC- tFjksE R£! IEP WrERCU.FTOR-RMSE 11 S7/yWWRL1tUM&- tr-TN)NSP�CF1CAT DDI�UrdENl-i MTV 4)XICJE CT NO -972M rwm RegiaedM7t109 190 41 06„W 42'<3r00 43 r3„ U0 Q 13_W 13 SF_01.49 1= 90 3Fi 12_8d 1'iw}Sc�IYVnrubDx: _jMMNUM 13 W45l2. t P PEQUAii;w-A,vok STAI E NEW 1 SEMON 04 45 12 2 PREQVALIFICATION STATEMENT 3 Each Bidder for a City procurement Is ril�qulred to complete the Information helow by +4 identftng the pfequallfiiad contractors and/or subcontractors whoa, they intent! to utilize for 5 the major Work typLq(r.) listed, G Cori "r tor/5 Ubrontrac tar Prlequallfi�ation Major Work Type Company Larne Expiratiorl {Date 7 S 9 The undersigned hereby certlfius that the contJ'actors and/or subcontractors dMeribed 10 In the tal [e above are currently prequalified for the work types listed. 11 1-2 13 14 15 is 17 CYN EW FORt UU4RT]1 sycAmnitE. [REEIC RE UFF WTEAEIP!�M- PrfiAU 11 STANDARD CONSfr(IJCTQN SRC-OPICATION VOCUMENTS V Y PROJECT NEB_ 022UD CITY PRO11C r NO-- L12206 ileyiwd July 3 r 19n 1 I BIDDER; 2 3 .4 Company 5 5 7 Addrfss 8 9 10 City/ state/ Zip 11 12 13 14 15 Do4!�12-z PMULWIFI 7AMN St4TWENT BY; Mease Print) Signature: TitJ e; ;Ffease print) Date; ENO OF SECTION CITY OF F ORT "RTH SwCAPADRE CA EE V REuEF IHTERC� PTOR - FrHASE JI STANfMAD r0NS7PuCTICM SPECITKATI¢N WEkFMERTS CITY PROJECT IJQ In2au CITY PRUJECr NO. - 022130 RrVNed July 1, 7011 0,,,1:.r-..' Z J5VRd 'M-NJ VA FIVE?VHM NOMMM-IMe MEMO 3�tkjkVVDAS V VL. lot 6 full 110 11111 lull I 1 1 F It UH mil Sig mrM 4h 3t �r , I- ,, lit � 3.4c ZI ' It L I=- 3 61m!' , 1 NOR N6, 1, sy! m VAR lul A 1■ Rim 1 11,999 1, c i, a 1 a m lot '4 i4l d ti Small 1 J-00 R50 V. b Afkas imp f - .. P ` - L rip 1 1 1 1 1 Of Ll PIN�K L�'�3-;� :�-3'"+x} ?r.� �3rre#i ll' .14 Zt Ills - ej Rml awn QW. as 1 0 UPI 1 i A 0 --------- -- ---%w Lim, " .411 W ".4 -rV6. ans c:'.A"L�m WNW Af 4k 4; L: LU r;J1. 44 W 1_131n jnE m, is .,a J?di h" M 1-4 L mr kj --On Mop -W- as 1-0L --m -p%A­1M IM LL—PPP41 1%A 1a9,x f 39VRd - MM2 YJ FIYWYH-qH W 1dY3?MNY N33hO -RUU#VV Pi—rnt 41 �r m1 q - as —. iw-cmi P-4*,"w SECTION 33 0130 SEWER AND MANHULL*m 'riNcii FART I - GENCRAL 1.1 SUMMARY A_ Section IncludcYL, 3] ill ]U - I S WER AND MANHOLE TEST1190 No 1 OF7 L TL�sllnb J'or saniiary sewer piptr and tamltlioles prior to placing in Ser++i.ee a. Low Pressure; lair `rest and Utfiecdon (f pfndrek) Test 1) Exciudes pipe wills Row k) Hydrommic Testing Is lied allowed. b. VSCLItill] TestinE, tiler saniJ`.Ury sewer IWM11101cs 2, Beforc .ink' mmly consi rucled saniwy sewer pipe aml mmili lea are placed into service iI shal I he cleamd and tested_ 3. Pipe testing w111 i riclude Tow pressure air test for 6U-1nch pipe -and smallei•, d. Pipe testing WiII iTIC] ude low prv_�surc air test or joints for 27-1nch or I3rW pipe. 5. Mpe testing xvilI include deITectfon (mandrel) test ror pipe. 5, 11ydrostalic testing is not {ilI qwed. 7. Manhole testing vj1J includc'vacuuart If -A, $, Deviwion, frum this City of Fon Worth Standard Specification I. None. C ReIated SpecifiCalion S.ecdMTs 1nCltOe, bL11 ;ire TO necessarily limited to: 1. Division fit — Yidding Requimments, Contract )=oms. and Condition) or the Coilll'flCl 2. Division 1—(ierLemI Requirements 3_ Section 03 80 00 — Modi fivaticnim Fisting Concrete Srruchir-es d, �,sCtiori 33 04 50 —Cleaning of Sewer Maids L2 PRICE AND PAYMENT PROCE1)UKrS A. Measurernem and Pplyrneni 1. Pipe'l`�xstirl� a. Measurement k) lliiis llem is ve sidued subsidiary m1he Sanil:lry se%V0jL Irlalh (pipe) compfeled ill phice, 11, �#ik�11CIIf 1 j the work perfarmed :ind UIe „materials rurriishing in accordance vVilh this Item :art subsidinry to the unit price bid per Iinear tool of sanitary sexier math {pipe } complete in place, and ru? oilier coinpensatfon will be A towed. 7. maanhekc Fesling n_ Meaa rcincni I) h.7e siircnerit for lesiiig rnanhoIvs shad be -per ear 11 Vain 11uitl tetil_ 1>_ Pitmwill t'1'ty OFFORT I i5RF11 j5'['AJwfrlRlTCREF�; RV.I'Vl" INT'llkt'F'[FRIR- I'l 3F'.Il STllNllAatJCONN'I'M'[TH}t til'E 1HIC'rlt1014 pC�MENT9' L'f1jrjyk)1l_i'TNo,-rp=![►) yI 3 01 30--7 SEWER ART) MANHOLF ITSTWIG Page 2 al T I ) The work performed and the snatEria Is furni!ihod in accordance with this Item shal I he paid fur at the unit price bid per car.h va"um test completed. c. TIw prke bird shall inctude: 1) MOW Izat ion 2) Plugs 3) Clem -up 1.3 RRFEREI'CESINOTUSED} 1.4 ADMINISTRATIVE REQUiREi1+1<lENT5 [NOT USED; 1.5 SUBMITiALS A. 5ubiniaals.9 eJI be irxaccordance with Section 01 33 00, B. AI I subonilisls shaI I be approved by Ilie Ciiy prior to delivery. 1.6 ACTION SLJBN11TTALSJINFORM A`CIONAL. SUBMITTAL. [NOT USED1 1.7 CLOSEOUT SUBMITTALS A. Tort and Evaluation Reports All teat trpurts generated during lesting (pass and fall) 1.8 MAINTENANCE MATERIAL S.UBMITTAL.S SNOT U.SEa1 1.9 QUALITY ASSURANCE A. Certlfilitrns 1. Mandrel Equipment 2L, If reyucsted by City, provide Quality Assurance certification that flue egUIPBMit rlsed 11as beeii designed and ni nuf l to d in ticutrrdElljce In Ilie required spcwiEicatikurs_ 2. Joint Testing m Testing Service - £np. a g4laliliied independent testing agency to perfmn joint evaluation tests b. Equipmcnt - I f requested by City, provide Quality Assurance e r ificwion that the equiPM01t LLsed has been designed and manufactured in auordWwc to tha requkrod speci F1QatiWS. t,—rTY Oi FORT WUK:J H %Y'CAMORFCRFF.K RF,l-IFF IN71-ACF.MIIk—P1iA,".L It S1 AN DAIW VMtTRUCTK)N SPF0I-ICATNtN W1C'11MLW1'ti CITY PHOIFCT NO-+a.1aM) Royac'd D4mnber 21J1 NOI ? 33 01 30 - 3 SEWER rWl) MAN t101.1. TRWINil Parr 3 01`7 1.I0 DELIVETIV, STORAGE, AND HANDLING [Nur UsEI<}J 1.11 FIELD ISITiv1 CONDITIONS [NOT !ISEDj 1.12 WARRANTY INGOT USED PART2- PR1 DUCTSINOTUSED1 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USFI)l 3.2 EXAMtNAT1ON INCIT USED1 3.3 PREPARATION A. Low Pressi.ire Air Test (Pil3e 60 inch and sonalIer) 1. Clear tl`te Sneer rrm'lI hefrrre testuxg, as outlined in SwIt]rt 33 04 50, 2. Plug ends of all braltches, laterals. tees, wyes, and stubs to be included in te; , B. i,o w Pre Irte-J0inl Air Test (Pipe 27 inch or larger) I, CJean the sewer Wolin before testing. as outlbied in Section 33 04 S0, 2. Al selnble individual Joint tester over enh joint from whilln. Clio- pipe. C, Deflection (mandrel) test (PlpQ) I . Perform as fast work item belbFV hn�l iT1SJx:12t!0n, 2. Cletn the sewcf- main And h sivat' fer offset and nbslruetion prior to testing. 3. Materials 'a. Marldrel i1�ed for do flee Iion test t) IJse of an uncertified mandrel or a mandrel attered or madi Fled after �erfifii�aiion gill invaiidale the deflection test- ?) Mandrel requirements u ('hid 11Llwber aFlogs witkl.9 tep mininuull b) Effective length i-It less IIlan IFS 1ulminal diameter 0 l-abriLmted ofrigid and -nonadjustable steel 0) Fined witlh )milling rings wid each end e) 5lamPed Ur engraved on some segment olher than a runnor indicat[ng the 4)JIowing: ( l ) PiPQ maltHal spe ifcatlon (2) Np,minai.sizc (3) hrlandrtl outside diameter (OD) 0 Mandrel diameter musl be !}5. percent of inside diameter (ID) of pipe, g) M awreI equ1plmi3t shall be suitable for the pipe material I prevent dansage 1b the }ripe. Consult MZ11ZfztctLirel' for Fippropriatc ill arldreI wgriipiitenl. 13, Vacuum test (Ma ttlhole) I - PJug Iitfing holes and exIoil or juiltt5- 2. VIug pipes and stubouts entering tite Mull bal •- C'1I-Y OF F )RT wORTII svcnnlORE t--RI'I:K RE.I -PE E IN'R-R(-tan ��r� - FIRAZit.II rn t ntcr i't ire I t ar�Ie � srl � a iI A r1«r 1�[ ] 't i 9 E?� 1 ti crr f Pw,.i r k' i *Y{ i . tu, }ccw�9e,! i74temir.� �I�. 2012 ;sot M-4 SFWERA3VDMAN HOLE' VESTING Nge 4*FI 3. Steum srutir)4us, m7nhole boots. aLnd pipe pings to prevent rrtnvwr onl while vacuwn is dmwn. 4. Plug pipes wirh drop conntn:i iorts beyond drop. 5. Place lest he.ari inside iiic f}:lm, at ttic top of the manhole. 3.4 iNs,rALLA'I ior4 , Low pm&,swe air tell (Wipe 66" 1nc:tt and SrnhIler) 1. Install plug with inlet lap, 2. Con rieel air Host to inlet I a p and a portable air cantrol souree- 3. Auer the stahilization period (3.5 psig minfrnUM pressure) start the stop watch. C Detcrmine tiine in seconds 11int is required for the internal air pfmure to reach 2.5 psig. Minlr11r1111 permissible pre.*stlml holding lime per diameter per length of pipe as eomp4lled 1mm the folIn%wing equal] gni: T = (Qj)85Q*D*&) Wliere; T Norlest Iiine. secori&, allowed For air pressure to drop to I psig X _ (},GO04 t 9*D* L, but not less I harp 1.0 D = oominal pipe diameter, inches- L = length of pipe being testrd (by pipe �i�xe), fr el Q= 11,OI?15, cubic feet per minute per square forat of internal sur#'ace 5, 43NI-13 , Table I provides required liine for giVtn longClts t>t pioe for sizes 4—inch through 0-iraelt based ors the equation above. UNJ-13-6, Table '1 Minimum specified time required for a I.O psig pressure drop ror size and length of pipe indicated for q = 0ko15 -rvJ�+wu 7rmr7w 1. hll �Yrin+iJmmxcS Tilm T4mW1t hlrll—nni I.Mwe iihh I.Wi JJH* 71M 4-Re I -IT, 4I*h +qOh ICI fill;ei Lam I IYI I e Ir-A Cb#L7 A lilt y+J7 LYIL 49 24h 1 IY 14n 1:16 i414 ]a9 3'J1 UtLI tJn ?411 $411 4441 +4n •fJ fax + 2i 1 734 7-JJ L9-.Mi 714 T54 134 7J4 Lle X32 IllDii. t I N I* Wib M 2+7.1L w.% 4A 4]h 41131 11 rail lmc LTA II I'7LF 19P ..134— 3.414L I I M JI2P 11;# 1 F76s L'J3M i:+li 253R1-I Is FI.ii) 5ir1 14In k4Ili -i.r 'hJ:11U }Li!!LW 357LW 41104nu IL F4Lu 1JU 102 L 17MI r41) DJUD 1±iILrill A17Dn ar._-ZM }I:lirw 41Oi1 -31 1e�4 ill I414nIL IV 41 MIll 'Al M14(1, 4IITill V 31 LP6 +l"13 6--NlIIL 7F!Iw A 22� rYu71i- _Faa kLllyl 1�li1>u +*+oIUII xSU1x1 7aiiW +11-1wb1 1k'�4{N� 37 2t3uw ea 17"1. Y'1lei .11If, LP !74170 7�117NJ 1&1_i1p 1RGs7Rl I1.1- A= ULI-Islu 37 21113 011 nu ;1InpL. l+k7ar1 [1:SUl ►JDNl e-Fta JIIODm 144IRLID 1-4270W W414o FI ?�.IYlull #i =•L.1. 41ill ill h4IJ-ll MIN 14'an 1w4,141 UrrI IIn.41Rn 17"Ian IN11W 18 ll{IR11R 6h ]GThAI '1{;iK� rpS!�MI ILC?i{hi IRM�'P4 111z11nh 1701�f 2u41p'fA4 S11F46{0 x: IrJ-0�UI !7 41 ARIL Ma111:3, 1W:1a01- IJw L7{hi I?i J11 tY1 2)M.24 Lf4 _Fqa I'IIR1 �7a I);10 ,114 m. 43 1SS11RI 9rl 4PhiL. yl11H, F.111a.%M IUMNI M-7 r14 7j,11M 11'tli;hMI 3M411111 41MI7m 4 *19:Rp i1 IR1%L II+'_tini LD115FA jl6.FTih1 ti1NF 41`0 M.11IMI -im0[AI 464141 M41loci' {IF 5JkJ 141p ad 934% L 1L'MIMI 11141 IMF ;L{ �-W j50,14INI JL lj 11111 ni67w iL9lIIto Mi LWN CITY F F(}R1` WURt'FE SYC.►MORr CRFCK MIAEF rNTERCEPrMOR - P#PA F II S'I'ANiMliL) CONSTRUCTION SPr CIFIVATJS)N J)r}C'iJMEN75 MY PR411;CT M j - i3iamp RVViSed r)Cl'CFTIbL'f 211, Oj-2 33oI1S1•S St.%VFR AND MAN t"J' rI:S'IiWCi Pvc' IGr 7 6. Stepp tv% if no pivssure Ioss haa4 omirred dewing the iirst'25 percent of die cakiIlaled t 1ilig IiNile . 13. Low pressure joint tlir t%l (27 Inch or lurgrr pipe) 1, All pipe johits. for aJG pipe nialerials. sllrtll be tested In accurdan�e will~ ASTM C 1 103 us fcsl laws, I 1lcluiprrtont shai I be IIie product- of ruanufacturens having ntrnre ihall five yeats of regular pruduetion I joint WSters. Joint lesler slialI be as manufacitired by C1tuvne Tm1ustri;al. ItLv.. of Edina. Mlnnesva. or approved equal. I FoJ [Q%v egUipnient IrtRF11.1 Otll&r recoininendattions whelp pe•rforining tests, only e\perivTwe d IL-chi&ijus slut I lie rform tests. d- The testing VgtIipinenl shall he as -milled and positioned over the center Oft he pipe j0inl kind 11tL 0I10 e[CInCail ttlheS innaltd it) a moimun) of 25 psi. 5-- Pressurize rile I:enter joins test ierea io 4.0 psi rind aPow Ihlc trtllperflture Find pressures to stabilize at [lie in inImuin v1` _5 p5ig for a period of2,I) Minutes prior to testing. 6.. To test, adjLst the presut-c tv 3.5 prig Find rilem Lire the dme regtPIrv-d to decrE se Elie pressure From 3.5 prig to 4'psig- 7, The joirit is-aaeptabtc W the time for Ilic pressure to drop from 3,5 psig to 2.5 psig is greater than 10 seebnds. c Deflection (inamirel) test (Pipe] 1. For pipe 36 inches and sinallir, the mandml is pulled through the pipe by hand Co eri%ire that max iinunl.aIIDwa 1tr dotlection-is not exceeded. 2. Max hiillm Nreeni deflec11oil by pipe wire is a-s follows' Nominal Pine Site hiclie� Pere enI DeileTtion Allowed l2 artd smaller S-U I5 ffij.2.LIli 30 4.0 heater Alan 30 10 D. Vacuuirl test (Manhole) L Test inunhoh: prior to coaling with epoxy or other material- 3- Dra3w.�t vacuum of 10 inches of nlereory and tam off the pump. 3. W i111 t3�C! vakve_1 Closed. react the [eVal vileuuM level ufter the required test time- 4. Minimuni tune recliiired for vackul l drop of I inch of mercury is is Follnws:. CTTY 01- Him WON] rl ';YC=AMORF. CRFM REIJI: F IN T1 ItC't.i' 01k "' NIASF Ir NTANI)ARQCON STRIK-1 tote M'r:CIFI[ AT'ION rx]GTIMERr� t-rTr I' f1.1I r'r hit • tF.;aalI Rra lsed arkemhrr 311. _" d I 33W 3D-b SEWER ANO MARHOLETF,;Mfl i'4ge 6 47 Depth of Manhole. fe.I 4-fool Cara Sectxnds 54 mt ❑fa %cl-I0rl:cJs 6-fnot Dia Seconds 8 60 i 33 10 25 3.3 41 12 30 39 0. [4 35 415 5' 16 40 52 67 18 413 59 73 *• T=5 T=6-5 T,8 "' For man]ioles over 18 feet Jeep. add "T' tecorids as'shown for each respert'Ivc diameter for each 2 feet of add iti wal depth of rnailia le to the time shown for k 8 foot depth, (Example: A 30 foot deep. 4-foot diameter. Total Iesl tinre would be 76 sevonds. 40+-g5)x70 sejonds) 5. Manhole vacutim levels observed to drop grcaler than 1 inch of meniuy will have Mailed the test. 3.5 REPAIR / RESTORATION INOT USED] 3.6 RVANSTALLrATION INOT U E17I 3.7 FIELD Q UALITY CONTROL A. ?don -Conforming %A- 1. r w preastwe air test (Pipe 60 Inch and smalIer) a. Should the air tell fai% find and repair leak(&) Lind retell, Low pressure ioint air test (Pipe 27 ineli or larger) it, 100 percent a all ioinls shall be field tested, prior to the placement of backfiI l over the sprang Iirie of the pipe. aiftcr the pipe bas been stib} t wially lacked in to place by embedment. If'tfie pipe does not pass the field air test, lhejniixt WT11 be psiJled and ref tied sir reji�cted and rem*ved ifrorn the project. After fulI plftcefneal .of txackIiII-and proper compaction, 100% of all joints wiII be tested agaiii. as the Jrtstallatiort progre58es. 'At no time shall pipe Installation exceed 300 feet beyond the last joist tested. b. No mare tbwi 2 pereertt of the total number of johirs foiling to meet the i-equitenivWs'if Ihis, In'shall be field repaired bvfi;rint g 6ut injection. or band .clamps'. or other Inelhud. Any joints oven 2% inquiring Feld repairs sl»II be rejecled and removed From the projud site. Rejected pipe shall be removed froin flue pris[uct. in-AnIIation dial I he stopped krill i1 defective iohits ire repaii d or replaced. 3. Should Defleeli(III (rnlrndrel) tes! (Pipe) a, SIW4rld the martdrel fail to parrs. thu pipe is ronsidoed overdetlecled. b. Uncover overrie lected pipe. Reinstall I I nol damaged. c. Ifdamnged. rvivave and replace. 4. Vacutun mt�ql (lvlrmhole) CITY OF FORT WORTH SYCAMORE CREEK RELl1=F MI-1--RCE TOR - Pr♦A51E II STANDAHD CONSTRUC'TJON Sr-Ld�lU tK* ! 0ftjMft9J-N, CT FY PROJECT NO - ry_1-1)" kevlsed ❑-cember M, M1 r 33U13(P-7 Sf-,NM k A14D MANAOU T€STINC pair 7 td 7 it, Shotjld the vac uLim test tail. repair suspect aruji wid. retest. I ) External mpuirs.nequircd for leoks apipe connection 10 trlallhoje. H) ShA be hi accordance wuh SAC#ioii 03 90 00. 2) LeAk; wifhipn the m�iiihole-s;ructure nifty be repaired interrlally or externally- 3.8 SYSTEM STARTUP (NOT USEDI 3.9 ADJUSTING INS?'I' kIED1 3.10 CLEANING INOT lJ$E1)1 3.11 CLOSEOUT ACTIVITIES INM USED1 3.12 PROTF."ON INOT USEDI 3.13 MAINTENANCE INOT USED[ 3A4 'I"rACFjMENTS SNOT USEDN EN 1) OF SECTION Rrvtsian'U DATE NAMF 4t Ifs MA RY OF MANGE 81Ir} 019 W NcLnvuod 3.4-D RL!tjuiN kesdiig prW to unolltrig nwnhulLw l_;, A&.fi_ Add isw3ividual J int lusting opi3nrl fbr-27 inA aad Zffli-Fer 1.0111 indcponikow seating, 9n12018, W- Nornwadd 3AA inchuds tlNl-t3-b.'faide T fiw ins, presnLrea air lest 4-4.11Int!luikindl,idual}uinlsolingmyuirr-M LI r"rl'V [.1F FORT WiM-1.1 Pi I6,cF II SfANDty{tC) I]htSlRl,li'Tl[�i I'1["11=1t,tTit� [#[] 1�41E414 I. -fry FROA(61 KC) - it -IMJ POT INSTALLATION MANHOLE VACUUM TEST FORM Company Name: Address: Phone #I: Cell: Work: Coating Date: Crew Leader. Project dame: Contractor: Owner: Indicate Pass/Fa€I: LoKation of Structure. Manhole Pveer or Placement Dale: Project #: Lane & Statlan #: Other: Structure Type: (checic one) I' DI MH TYPE A FLDW DIV BOX 5' DE MH TYPE B FLDW DIV BOX G' Df MH JUNCTION BOX P DI MH SPHIPHON ENTRY BOX Iti+1 ETl<RI N Cz 5TN1`I o N Vacuum Test Results Inspection Gate: Itrspectign Cornpany: Inspector Marne: Repalr Date: Repair Location: Type of Ctepair: Repair Materials: Comments: FORTWORT11 33 34 84 • I 1 1NF[I%' I'riR tiAN TP hY SEWi'R 2STRr1CTLMFS 1 SECTION 33 39 60 t.IN FRS FOR SANiTA.RY S`WEI3 'rftUCTURES PART I - GENERAL +1 1.1 SUMMARY 5 A. Section inuludcs' 6 1, Application of a high-buiId epoxy coating system (or maiified polymer liner 7 system, Lc - SpeetraSliic]d) 1U oancrete uulity struetVIMS'sxrch as'Mil 1101CS, 11I t 8 stiitiolI wet wells, junction Duxes or olher cci11crete faclllties that niay need 9 lire lectiwi from corrOsive materia]s_ This covers rehabihtotion a existing sanitary 10 Fie werstructuFes and newly iiastdlled sa lliwry iewCP struct#gyres_ I 1 2_ For sanitary sewer mains $-inch diameter 1Tld Iorger- use of a structural liitier 12 system, Warn Friviranmental System 301. ARC 51 HB by A.W. Chesteh(w 13 Compriny, is ac ept tble_ 1.4 3_ For sanitary sewer m1iills $-incil dirimetrI- send smaller, and I4'S5 than 6-feet in dr-pai, I wW o1'.1 liner system, ptetl'aN�hield, is ncceplahle. 16. B, DeViatloTL5 rmrn this Cily LifFrm Worth Siandard Specilieatian I 1. Nine. 18 C. Related Specification Sectiuni iPic Iude but are not nocessarlIy IImited to: 19 I. Division 0 - Ridding Requinemerits, Contract Forms, and Conditions € f the 20 Caalwct 21 2. Divisi in I - [=crteml Requirement., 22. 3. Sectialir 33 01 30 - Sewer and Marhole Tvbling 2-3 1.2 PRICE AND PAYNEEN'I' NROCD11I}FS 24 23- 26 77 28' 29 313 31 32 33 34 3a 36 37 38. 3'1 A_ Measprement urid Paytnerlt h+taiifiutes A. measurement I ) r-asrirement for this Itam- shill be per vertical fout-ttNoatingas rueasuied lfom 2-itirlies tiel«w the hancin of tlrc cove (not firalne) to the top of [lie bench, This iwcILid t�s lining of the hen eh and invert, thru the rise of nosy corrtral devices (i.e, tcnrfsur:iq plugs, sand hugs), to Item pora rily 11lack now. Hn3wewer. As :a IwA resort and with prior wriiit! p approval from Wutrr wield operations, if [lit Flow cal, not be blurked teni po ra ri ly, [hen thv fin ing would stop 3-inches from rIre MgV of the WAtCr In the pipe. This item cc�vc,'s the Iota Veil ic;i1 104 C for lice speei lie bid items of-- arious, rni ithole siae� (Le. 4 root diameter. 5 I"out dints ter. Specific Manhole Des ignx.fiot- Iiiws Larger than :'6-itic h, etr_1 and slseciiic types (S1an€tard ManhuIe. DnT Manhole. Type "A" M aiilu}Ie, ShaIIo v M210ho1c, Including addhiumal depth beyond 6 fisca), b. Payment rrrr(IF FURTl okiII 53'i`.�Li41t)RT,.[RF,.1=KRFLIEFTN1T'RCIE7 IR—T+rTAti.i=IT 25'rANDAKICnNsimut-TIrkrrqP1-CI1:We"I'IiIND LAIWNTS C1'FVPRO IEt'rNU-r122+W Ti�xvweGr fs'M�n►ur}' I r. �1]+� 33 34 60 - 2 LIN1:R5 FAR SANly'*R'J SEWP-R STRUC tfR-F-q Paget 7 431' 11 I 1) T7te work perkirmud. rend moteri$Js furrlislied to accardancc with this Item 2 and mmurud as prrrvlded under- -'Musurernent" wiI I he paid fQr at the unit 3 pike bid per vertical rival of"Mla hole Linei" applied, 4 c. Tate price hick shall incllldr 5 1) Removal of roe}Ise 6 2) Removal ti#`existing coalitig,5 T 3) Eliminating any lcAs 8 4) Removal of st.eps 9 5) Reps irlseia L:crrineeticrn ofdie txisting frame to clrinlney I ET 6) Repairs of any cracks ire the existing slruclure i,himney. ccrbel (cone), WO1.1. 1 t bends, Jnelkid ing any mpl9cetrteut of'damaged rebar, pipe 12 7) surface clearliitg IA 8) l=urttishing and installing LiGtR ur yipeeifted by the Drawings 14 9) rattling 13 10) Dispt al ofex'Cts�i Inaterlal J 6 1 1) Site Cllean-up 19 12) Manhole and luvtrl Climoing I$ 13)'resaug 19 14) Re-Tes#Ing 20 2. Non -Manhole Structures 2! a. Mea iuromen# 22 1) Measurement for this Item iiht I I he per sclubire font of'ari--a where Ilse 23 courting is applied, N 17. Payment zS l) The work perfQiTied, and materinis furnished ill ai cuordance w##h this lieu t 26 and nieaurud ai; provided under " I4leastirernent".shall be pgid roe at the unit 27 priCe bid per srptan!.fo*t 0f ILSLa ,T JT-e J..[ner" appIjr-d, 28 c. The orrice hid Mull include: 29 1) Removal of roots 30 Z) Removal ufexistirtg coatings 11 3)' Eliminating any leaks 32 4) Remo val9fueps- 33 5) Repaid l canneellatr of the existing f wuin to chimuey 34 6) Repairs of atiy Crocks in [lie existing structure chittirrey. q rorl l (cone), wall, 35 bench, including any replactmens of damaged regal-, pipe 36 7) Surface cleaning 37 8) Furnishing sod IrisraIJ ing Lineras spec MEd by the Drawings 38 9) Hauling 39 oft) Disposal of exc es5 material 40 11 ) S#le Clean-up dl 12) Munhuk anal Invert Clenning 42 13) Testing 43 14) 1-Tesling 44 1.3 REFERENCES 45 A. Referertice Stkndards 46 l . Reference sIandltrcbi cited in this Sp€citiwtiun i-efertathe current reti rencc 47 stondoFd ixrtbl ished at the time vC Ote latest myision dme logged a Ow end 0 r I his 48 Speei#ication. unless n.dWe is ;peri fica.1.1y-cited. CiTy f)l FORT W()F rr.l Y-C-A t KE tit[-FK 10JUFF III 1-JkCEffPR-PHANF TI ST.ANDARli CUNSTRUCTEON 5PECEFICAVON O(KijMENTS CITYPRUJrrT Nl-4=011 Res uld FLfinuuy Id, 1019 I ThEFR4, HItt 9r1NI1MW SEWCR S'IAL WTUTtF-S F.L�jc 3 ui' l I 1 2. ASTM lntermidonal (ASTM)' a. D543, Standard Pra3cti(;es for Evaluatin8 Ehe-Resistalace of Plmt[cs I ('11omic.a1 3 ieageiai. d h, C}fi38, Stnr[rkard Test+ietllocl For I erailti Prca}�erties o1' f'I.ast.ics- 3 c. € 695, Standard Test sMf111Lkd rorColnpress iuv properties [)rKigid P)aSt[L'5, 6 d, D790, Standard lest W- liuds liar Flexural Properties of Uni-einl-oreed land 7 Reinf&c: !d 1'iasOcs and Eleutri♦<.ai 111mlating Mutcrial's. K e, WOO, standard TV, ''4 fvictllt,%I (br AbiT,%iom Restsonee ixf Organic Coatings by 9 the Taber Abrastr. 10 r. D4 d 14. IS to darci Practice fur Ma .-as4u-ement of WV F11111 ri,icknewi by No lell 1 I Gages. 12 g- D4541. Standard Test etht,cl for f ul1-nl7 Slr+r±ngth of C' ratings Using Pvrtabic i 13 Adhesion NILn-s- i3 h. D7234, Stand Test W,od ear Pelt-Of1'Adhr-siccn atrenglli OFCoEi fldngs on Is. ConurcEe, Wing Portable PutWft' Adhesion TesWi-5, 16 3- Envir[apimellLai PI-oiccili}il Ageltcy (Ef A). 17 4. MACE international (NAkCE). Published stnnrt ards from the Nalionial Is As mvi rtiun of Corroshm Engineers 19. S. Occupational Sarety and Heailth Administrsation (08HA). Employ a trealtcb 20 safety systcin in a cr,ordance with Section 2.1 6- Resource Conxer�ation and Rentwery Act. (HCRA}- 2.2. 7. The Society for Prtstertive Coat ing&NAUE ItltemaliolviI -�SS1'C/NACE). 23 a. SF 131NAC E No. 6. Surface Preparation of Cam rete. This ineImdes 24 manitoring roI, Ivy drage 1) 5tiIrid c. neelIt ane, or Iqw oxygen. Also in0udes 25 now cnh[I- l rcluipment. Surl'axec prepm1.111ion equipiu elof may hiclude high 26 pressure wntvr cleaning (3500 psi) land shnII be suiied to provide :a surfacv 27 compatibi,c for insiallntion or the liner sysium. Surroce preparation shall 2 produce a Oran, ahraded, aixd SOU ILd surlam with no evide:Ece (Ir 1005e 29 concrete, luese hrick, lons'e morcAr, Intl, grease, rust, scalle, ofher 30 ran tarn inanIs +kr debris. aiW shall display a surface prairie saiIable roh- 31 npplicutiun (PI'llie liner s'stcm. b. SP0188, Disvoiiinulty-�Holiday)T01iiag Or New ProtCctivo Coatings on 33. Condukitive Substrates 34 1.4 ADMINISTKATIVF RE[1UIREM ENTS INOTUSED) 35 I.5 SUBMITTALS 3c, A- Submittals shaII he ht accnrdamm with Su dui) 01 33 GO- 37- B. A I submittals shall he iippriPvcd by the C iTy prior to del ive*, 39 1.6 kC71 OTT 5111111't ITTALS11NF Ra411ATI0NA1. 5116w1r ITTALS 39 A. Product Data 40 I. `f'erhnical citta ,;lw6 can each pro.011 l wit!d d 1 1 I nterial Safely Data Sheet t 1SDS i Isar each pmduct used 42 3- Cejt es t, r i Ildepond ent Lest in perl'1,1mie'1 011 the CoaliDg prOducI IIidicatIng the 43 product trteels the eequir+ n-IL!ttts 11s specified herein VITT OF FOR,-rt oRTII 6'LVV 4A10KE Cltl,..fK KEI-1IT Tr T HCI=}*'t'rM - MAkL+ it S rgltirlARD CONS'rRUCTIi 6N SrjEC'lrlc'-vili } Ia3 a['I ir+ar Ts CITY u+J' 10 R,!; i.%.:Lt February i 4. '-il1'+ 33AW.4 LEp FRSf FOR SANiTA4Y °SEWER M IXTURES Eahu a ue I I 1 4. Tc' ehnicaI data sheet and pm,jeet -9pi'cifie dain for repair inaterials TO hV tvpcaated 2 with the c:oatIng produ c!t including application, cure tirne 4nd surf -a & preparalion 3 proeediwus 4 5. N1a(crial and method for repair of leaks Or cracks im the structure. This 5 applies to repair work on bosh existing struCI arcs, ni aaILO les 21kid new installed 6 moniinles Otacluding Developer projects) that have Been identified with cracks. 7 vocals, signs or inr iitr.Aiion, nther structural 4rfeds or other related n cosistructinn Llanasige. 9 B. C aiaLMctor Data Gil I. Current decumentaution fmrn coadnu prod kict m�intifaettim-certifying Cammetocs i I training (and/or I iecnsed) as an approved irisialler and equipment compi ies wiHi Vie 13 Quality Assurance requ i rem erits specifiud herein 13 2, 5 reccnL refererides nl'Cvrdractor indicsIing stwcess#irl appiicatitin nrcoatitirag 14 produvl(s) ol'the same ruaterial type as -specified herein, applied by spray 15 applica#mn within the Municipal w�181ewAIttr enviro»ment- References shall include 16 at lex-st the rollowing. owner nnrni', City -inspector name and plfone mirnber. project 17 rtIrnelnvntl er, size mid Iiine�ir Footage pf'saaaitury sewer train, maiihoie diameter, I structure dimensions.,and nutnber nl' each, square feel (Pr vertical feet) of product Iins#coed, contrael ersr#. and contract dun3tion. Contractor mrist demonstrate a 2.0 sucemful history of iInto IIing the product in stniCIUMS Of siMiIOr s1ZC 1A nd scope 2t and update III is each tithe the contracw applies for and rot-w.-, i19 Prequaliljci dad 22 for the Water Deparunent- 23 3. For Developer Prajecls -- a tlit boric of Contractor selection, the 24 Prequaliflcation Statemept. Seeflan 00 45 12 ;thrill br submitted to the City, 25 clearly indicstuig+ the controetor prequulilir~d For installation or 26 $1rtuctureArnanlsolP liner, NiD other bid subin Iamis sha11 be accepted Iha1 27 include lining coutractors whose pretivalirication term has expired or is not An '28 Elie active contractor 110. a1 the tinrr of Contractor selection. If the submitted 29 foran.s for this pt-ujecI not Eicceprabie, I he City will refer to the current acIIn 31l contractor prequaIiliesiion list, and A Contractor shall stlea Ilit appropriate 31 manhole lining subcontractor baser) an the prnjeel scope of wnrk. The 32 Contractor shall then provide the revised Prequali�reafion State1"cnt Section 33 OU 45 12 for review and acerlutance. 34 4. 'rhhi Specir1eation (al,Fu9 with the CCTV Spetiricntion) -and the assrucIRicd 33 subniittals melding the ivark ptatt. QAIQC, testing, cInSeout documenis, ct�c. 36 shall be uiisrussed as piirt of the Pre-Courmruction Agi ida fur each project 3.7 (Developer projtets included). 39' S. Far any projcc1. Devrivper projects intluderl - IT the Contractor procceds with 39 appliention of an arnnlip raved lining product au dfor using an unganUried 4a subcontractor fur IIning, the City shall Pernm meats) aithi: r repofir and/or 41 remnv4l of any defective llnIng mate rin I and Wve thr Contractor select an 47 approved suberrnl,-actor that ran apply the approved lining materials. This 43 work shall be nt no additional cost to the City. ETTYOF FORT WoRTi ;YCA-MI WF 1107K tcEt_rEr- FNITRCEiTTAK— PPIAsE U STANDARD CONSYieut_ SPECiriCA'iiQx M)CtFMF=NTS CITY PROJlICT No - n1_'Exo Rvvow� Fkhrwary 1�, 20E4 3)man-s 1.1NFlk"; FS7kMNITAFtY SMEH STIZVC-7URES pug67.or I r 1 b. Schedule Arid Srgoeilte of Construction — Considering this iS a specialized I lnstallal ion performed by u n I y rer(iI!rd applicntors, t1)c seheduit far tliis work 3 has a lead lime Ilim shall Ile included iti tlia Contruclar's schedule. If the 4 CnaLiractur dues itot provide written nntificxtlnn undlor fiti1s to sehedule LLc 5 tim benn tract ar in advanec, the City sha1I moI. be respan sIble for any addItiona1 6 costs aiidtor d- lays catised Iiy the ConI.rnctor. CantractirrshaIt provide the 7 ppJ2led constr'itc1iun srhedtile and ►vent plan (including innnhole prepAI'll tion, R repmIrs, linter,, IestIng, elc.) in aecordancv wish Section DI 32 16-AL least 1 3week 1) prior to s1:2ri of I$nin , aclivities to the City Inspretor. C'iiy Proaett Maitager, 10 W.Her Field Operations. and Waler Capital Projects. Equipancnt shall he on- i I site and in tvorking order tar the IeskiPg. I f thr CanIractor is HT14 hlc to leave 72 equipment ready fur testing, the test chit{ simaII he rescheduled ]accordingly 13 with the Inspector. 'The! uptinted ton-avuctutn schedule shall clearly indlente 14 all related construction activities al the manholes brfore and ;Etter fining. All 15, paving activities, including any final grade adjusimentsi for manholes autsid# t6 pawcnLeni, shrill be conLpleted berore Contractor begins fining work After LT. liner installatioat. Contruclor shall wait a Minimum ol'O hours tie allow the 18 11ricr materfa) to fully ciEre befarc rctUrn ing the systelit to norm.il service. to CCTV per Section 33 01 31 sliall be scheduled after the lining has hecn 211 cnimipleted to tiocuimcnI ant] conlirnL the inanlioles have been Ilned. 21 1.7 CLOSEOUT S[1"MITTALS 22 A. Testing i]ownientaflon �3 1. pl-ovide lest renillis required in 9acIton 2A .nid Sect itm 3.7 to Cii-y, 24 a. Include the.following mmiliole or struckkire Ideation inforrrra(lon: 25. 1 } Existing unitary iewcr main/IritemiI nrirnher. For Develupel' Pi'ojects, provide 1)ropnsd+l saniiaiy sewer iine nuntber am dclsignated ors itre plans 27 jind provide the existing spnito1'V stwor 11mi kilia Fern I numher at 28 coRnectiun to the existing nianhole (Jraliplica ble). try ?) Slat ign TlumbCr 30 3) t�I lD arum lice cif ltrnr fled clti�rin corLstrl��iinn). 31 kl. inspection repart of each manhotclstructare lested (Se4 i luehed saiinpit: 32 re parts to be Lr51'13 1'irr Wet Filro Thie4Lnem, E1 mnhole Holidsiy{51mrk 33 Detection, and Manhole Ailhesinrt '1'cst). 34 1A MAINTENANCE MATERIAL SUBMITTAL.. INCrT USEDI 35 1.9 QUALITY ASSURANCE fit} A,rtttliFcations 37 I. Contrr�rttrr 3>i a. Be trained by. ur hayt: lraini?ig approved and emitted by, lke canting pradttel N mImuraa"-tnrer for the hand] itlg. mixEnr, applicar icm and inspecilon or the coating 411 product(s) to be used as specified Iierein 41 b. 1Wtiate said eni'arcc qua 'Ihy coniroI pracedures cn sigtertt with the lxm ing ui 42'. produce(s) rrn02Cukrer recnmmendritioliswid iipplicabiu NACF. or SSPC 43 st.-Indfrrds US refemwc�,Lt herein 4-1 1.10 i)EI-1WIM STORAG E.. AN1) 11 ANDLING 45 A. Keep mutedkiis dry, prolueEed from wealhci' fait} steered under cnyer. l rT}'tsF r'ttl�T y 0wrii ';WAIwftii T CR12Y K K Ll1?FMTERETIVrnr# -T11MF rr T.a?fQhltrlC(MVIIR IJCTIDNwPr:C1I"It: ATIIixiitK'1;Mi:NTS CiTY.PRUJrCTNO-6:1200 Roo. LI1`6rumv 14 2(pIQ 3119�-a e INERS FOR SANFTARY SFWI:R-,51'RUCLILLIREN Pam h al' 11 B- Shore coating materials between 50 degrees F-aml qtf degrees F. C. Do -not stare n a' flame, meat urslri)ng oxidants. l DL Handle cpcling mruerial9 aecordijig In 1110ir hate tit safety data.OiLelS. .1 1.11 FFELD ISTTE] CONDITIONS 3 A. Provide can(med space erltry, flow diversion.a7' &x bypaw Mans as necc 5ary to C perform the specified work. Active flows qUt be diverts with flow through piLGV Its 7 Teguired to i�nsui-e that flaw is MIintained off tiic surfaces to be lined- 8 1.12 WARRANTY 9 A. Contraclor Worranly 10 1. Coratr.�cior's Warranlyshall -be ire accordance with Diylsion 0, 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED lio"I OWNER -SUPPLIER} PROD-UC"T5 [NOT USE D1 13 2,2 lE;QUTIPi4ENT, PRO DUCT TVPV8. MATERIALS 14 -A. Repair and Resurfacing Prcoduclx 15 1. Campallble wiIII Ilse apecified coating product(s) an order to bond effectively+, tlous 16 forming zi composite system 17 2. Used Eind-appiied its accordance wit I1 01ie manufacturer's recorninendEidons I R 1 The repoir urld resurfacing products III ust meet the toiIowiltg: 19 ix,100 }percent solids, solvent free opoxy gruuI spec i#'i m ly 116=jialed for epoxy 20 topcoadng compalibiIiEy 21 b. Factory blended, rapid setting, High t�ariy strength, fibf!r reinforced, non-sWink 22 repair morlar that call Lac lnvweled or prieuinalicully spray Eipplied and 23 specificaHy formulated to be suibbk far IGpcoating whit the specified c-'raring 24 product lAsed 25 B- Coating prnduct 26 1, Capable of being installed and ctArirlg properly ►vithin a manhole orromrete utility 77 environment 28 2. Resistant to all kpi-ms ofchnnical e)r haciea'Tolsogical Attack found in municipal 2q mnitnry smer systeir r,, aiid. capable Lif adhering to typirol manhole sin, ctwe 30 substrate-q 31 3, The 100 percent sc.14N, iioivenl-free= uItra.high-build°epuxy sy3lem shall cKhibit The 32 followilig characte:ristils 33 a, Application Tcmlrern#nre - 50 degmxs r. miniinwil 34 bL Thickness - 125 mils mirilmilirrl for irerwly iT1' hIled slructurec; 250 mi is 33 mininium for Tvhahilitatiton of existing structurv5 (W4FT-en Environmental 36 System 301. ARC ` I l-iB by A.W. Club lorlon Compaily) 37 c. Color - Wflile. Light f lue. or Beige 3Fl d. Compr ssive Strength (per AST M1 D6959,$00 psi mirdmurn 39 r. TeLINilr Strength (par ;TM D639)-7500 psi n)ininiuni 40 f, Mrdness, Shore D (fir ASTM D4541 - 70 rreinrmurri CITY OF CORTMORTK SYe.'Mt0ltl-CiEEC R F I CIA- INTTRc`t:l*rrA-14415F 11 STA NT)AX11 CUM%TKJCT1QrN SPECT14CATION DIX1 LIMFNTti CITY PR[JECTNO-0-1_M3 Re jlwee1 174'6my 14. MJ9 33 39 tb -I I.mn Kq MR ;A NIT ARV ti(`Vd6f; ErTRUCTURI-,.F'' Pam-101,11 1 g. Abrttsioil-kiesislance IpuT- AST-M 1A06.0 CS I7.F Wheel I-80 nag Issas rnammurn 3 h. Flexural MotlitlUS(per ASTM D790)-4D11,4100 psi minisrnUm 4 1, Flexural Strength (ptr ASTM P790) - I?.000 psi 11oin1IT1tu33 3 j. Adioli to Concrete. anode cf failure (ASTIVl D4541)- 5ubsti-ate (cgncrete) R fai I ure 7 - Chemical it sistnncc.(per ASTIM 1D54j M0) all typl!s of seMoc for: I] MiurlicipaI S;tllilar:V sewer et•I►+ijArlMk! ut +1 2] Stllfuricocid.70percunt 1{� 3) Sodium hydroxide, 20 pereenl I 4- Or, The multi -layer modif red polytirezl wnd palyurethaite skull exhibit the fallowiq, i� 4h�r�cteristics. T3 11. Applit!atioit Temperatkim • 50 deglves..1F, ntinitltittm 14 b- Thlckttess - 500 mils minimurri (Spectral bield) 15 c- i+ oisttire Ban -lei -and Hn€Il Uorrosiun B rritrr. 16 I} Color- Pink 17 2) Tensile Strengdt (pef ASTM D4 i 2) - 2550 pNi 111111imum is 3) Hardness, Short D (per ASTM D2240 - 56 minimum J 9 4) Abrusiun Res [stance (13tr ASTM D+1060) -- 3t1 tog Inns rr ximutrt 21) 5) Percent Elongadon (per ASTIM D41'-) - 69 2:1 d. Surfacer 22' I} Comprassive StTiL�E,glll (per A STM D16? I}- 100 pis mh3inl(ltn 23 2) De115ity (per A STM D 16.22) — 5 Ibsreu III niinimull 1 24 3) Shear Strength (per A% M C273),. 730 prii minimum 23. 4) Closed CrII C'otttent t per XSTM D1940) — >051 4 26 C- Coating Application Equipstwrir 27 1- lwianrafaeturer APPr0V d hunted pleural component spry equipment 28 2. Hard to reach areas, primer application vnd touch-up may be performed is 4 hand 29 tools, 30 1, App]imarshal I tk approved sper ial ty eyLiipmCnt (hal is adequate in si7.c, capacity. 31 and n41mber sufricient to uccomt11 isle the work in a timely mnnrter, 37 2.3 ACCESSORIES [NOT U-SEDj 33. 2.4 SOURCE QUALM CONTROL 34 A- Coaling T-hickTiess Testing 33 L Film Thickness Testing for epoxy sysl its d a. I ike wet film thickness gauge rneasurumvas per ASTM D4414 - Standtlyd 37 Practice for oasuremenl qr Wet Film Thickness by N01e.13 Gagifs at 3 Jueat!GD5 33 witilin ths± matiltcrle, 2 spwli�ed tLjUally .lPIA1410119 the wall 'UPJ 1 on 1l1e Bench, 39 1 j Docu merit and atEesl r11VRSU `e(1lcn s and previrlL to the City, .10 ?. Thiokvir--ss Tes(Irig Isar modified pirlymer liner sysfefrl 41 a. Upon insEaJf alioti of t I w Firma C wTusiuji Ban, eF iik!�Lert probe into substrate for 42 dupth of'system measUreRTs:nl ui 3 1cwn, 6vw3 %vi1:11iII the ill anikotc- 2 spaced 46Y equA]Iy aPan a I orl g Ilse Sul l l and 1 lean the bench. # 3. Docutttent all [[Song 1`esuILS aTxi providr to the City. 45 B, Non-Confurmiq, Work OF FORT NVORT1I -iNVI MORE L"krj.K 911.1EF rNTE11CF:Irroll;- Plimv II STANr]ARU CONSi10IeTION %rEC7Ftt:1A I'Nr19 P.R-XV; lFNT5 CITY 1191bJECT NO -lLIuu Itoysa ! Ftibmazv 14-2b11J �3'30 LINERS MR SANITA WY SitWL9 ST1t11M WES 1 t. 'City reserves the right to require additi€ nnI testing depending on the I -ate of faiIli re. 2' J_ - City will setri t testing localk)ns, 3 C, Testing Fircltlen.ny 4 1. Prajects with 10 0I' less maiIN) les andA)r structures trait all. 3 1 Projects wish greartty than 10 manholes and/or structures. IC5t-at Least 10 and test 25 6 percent or manholes and/or structLLMS, cutter the I I.Mt 10- 7 3. -City will select the rrssiihulrs andiur structures to be tested '8 PART 3 - EXECUTION 9 3.1 INSTALLERS 10 A. A I I inslaHers slsa11 be ceitii Red applicalor;; approved tyy the manufucturcrs. AOPlicatar I 1 silo II use adequate number orskiIled work Inen thrl hilve been Irain ed slid cxNd unced for 12 the approved product. 13 Id 3.2 EXA14' INAMN SNOT U EDP t1 .33 PREPARATION 16 A. Manhole Pmpararion 17 1. Stop active flows via damming., piugging OF diverting as rbgWrecl to ems uTe al 18 1iyulids are inaimained below al -away fraTn Ilse stltfaceg to he coated. 19 1 Maintain tempexilttire of Ihu: sur'fa ter Ixr coated between 40 orW 120 degrees F, 20 3, Shiotd spte!1 ied surfaces to avoid expoRsure oldirect sunlight or other inimse heat .21 SClUrce. 27 a. Where varying -surface tempemiures do exist, e0aling installation should ba 23 9chedulexl when thui IcmpaiMure i5 fidfing versus rising, 24 13. Surface Frepamivn 25 1. Remove oils, rants, gn�a5e, 1ncsampatible existing coat inV. waxes, form rt1C�Ise, 26 ming Compounds, aff 01VW0 1) cr, Sea lei-3, salts or other contaminanis whifih may 27 affeet the performance wid adliesimi of the tuating t{r ille stIlistmle- Rem oae any 2ti steps found in the siructure. 2g 2, € crnove concrete aY dlor mcirtnr &-imaged by coca -onion, cheini{aI attai:k or other 30 means of dtgmdaIion so that only sound sulrstTate remains, 31 3. Surfiwe pre paralioo inethad. or comhiinfion oVmethods, that in.1y he used include 32 N911 prey*wire wafer cleaning 11igh }pressure water jetting, krasive blasting, 33 shoiblasting, ri-itsding, scarlfying, dctcrgrw wider clet'ining., Ix1l water blasting and 14 other, as described in SS PC Sri 13/NACl= Nu. 6. 5 4. All Inediads used shatt be perfoi med ilk a manner that provides a uriifrrrm, saimd, ;6 clean, neutralized, surface suitsible for the specified 4�uating product. 37 S. After compleliun of'surface prepamIian, inspect for Icaks. cracks, holes, exp Med 39 rebel-, ring and cover' condition. inN+inl condilion,.and inlWoullet p pe condition, C-11 Y OF F(lW1' WQRiTd SYCA1.1014- OtLEK RVI 11:r I PJTER CEPI'01t— PIIASF it YTANDAM.)C ONSTMUCTON SPECIFIC A T IQPd DOCtIMT.:Yl's CITY PRQ7FC'FNb -422O INn,P%4J Fvtwrjmv 14 Ml9 33 39 GO - 9 1-61ERS MR SAbarrAR3' St=.W R S1'HUiT TRES pair 9 01 11 1 6. After defects i11 th(: structure have been identified, -seal cracks. mpatir exposed rebar 2 with new rebar to mwch existing, rE![mir 1et31«s and cracks wittt grout cia' olhr'r ,3 methods app-owed by thu Mmiuf# cwPer. A II now rebar shall be. mbrdded in 1 'ft d I11cli epoxy imziie_ Replace seal conlicciion between eximing frame wid Chimney it it is found loose or not auncI=T_ [, 7. The repriir ran inriaN lilt aII bt ImvcI iPr xtrray .1 pill ied by the lining Contractor 7 utilizing proper equipment an i(P Npecified urfaves. The equipment shall he $ specially designee# to acekirascly ratin and appiy the Specified maIcrinK and +7 shall be rqularly ttiaintained anti ire proper working w ier. Tire repair 10 meirta r anil epoxy topcoat must shitre the -knnae epoxy mau•ix to ensur+: 1 I bonded weld. No cementiIimis repair material, quIek setting high strength 12 concrete with latex err curing agent add five.q. err giiick wet martars wilI he I ; nIIirwed, Proper surfacer preparatiws procedures must be followed to ansure 14 adiequate bond sircngth to any sue'face to be coated. New ce meant cure limr is I � at least 30 days priur to coning, The repair mateariais as speciBecl In fhb; 16 Section sfi:iit ripply tie butt► existing structures and new ins-ta-Iled structures. 17 This includeq Developer projeris, in which irew inmAlted striktur inallholes 11{ have h-een id rnfilred with either cracks, voidLs, signs tkf infiltrsliun, other 19 structural defects ur other related runstrucfiun damage. 2t1 3.4 TNSTALi..ATION t A. General I. Perform coi-1619 after the sewer line fepiacem nt ivoi c, gmde adjiislmctmt and 23 gromLill g are complete. 24 2_ Perform a pill iC61i 0 11 procedures par O oiumcndalions nI-t€te coating product 23 manufacturer, irlchidhig+ CLiWrannioil laI L Uonirols= product halIdI1ng, mixing and 26 application. 27 B, -k'mperature 2H t. Only per rarm appi1uation [NiArface temperstnre is k>'eiween 40 and 120 degrees F. 29 1 Mike no appiicati(in if Pi'ming is e;xpectud to occur insl(ic t11e enanhete wilhia 2.4 3 a' hours after aippiication, 31 C_ Coating 32 t. Sprajy apply per mallijfL ;turer"s recrmimciidaation at a niirfiawm Vitro thicknV'ss as 33 rioted iai Sculicn 3.2.13. 34 2. Apply coating fi-om hcattom of mart hnle Irarne to the ben ch/1 rough, Iiiciu€ ing the 35 benchhratigh, ,36 3. After walIs Et re caaled= renuive ba:rich covunti and spray benchifrutigh to at least Ilic }7 same t hi nk itess as the ►maII%. 38 4. Apply any topcoat ur add itionaI coats wiIli in the product's mwa window. 39 a. Additiwial surface prep rat imi is required il'the r:meoat window is exceeded. 4n 5. AIIaw a minitnkim k,I' 3 hours of core time ter be sel hard w Iou�li fie fore raracili vati119 41 flow. C." �) t 'f. WORT4 W(-n nrti RU U87- K RE JFF FNTLrRcr ivr0k 141 A*!-. n ,4'N[3A11DS.'17r�'-j'Rk14,"icINS�'m1iCAIIINiD(k'iWENTS trCYPRt31ECTN�1=!]22i�el Rv:Ls� FebrLmry 14, %0 1339CAP -ta LINERS FOR SLA N1TARY St---wER STRI JCTLQLEE Pine I[tof rt 1 3.5 REPAIR IRIh�g1 ORATION INO'l- U,%;Et1I r 3.6 RE -INSTALLATION iNOT U F.DI 3 3.7 F11= LD Q 1UALITY CONTROL d A. Inch �itruetura wilt be visually iaspoclod by tW City the sa.ittt day fuIIow1ng Elie appllcalian. l3- Groun4iwater iltfiIIrlition oftlte Sys rem shall he zero. 7 C, All pipe nm�rtions Shall be operr wind clear. 8 D. The inspector will pheck for d1&6vncie5, pinliole5,-Yvid5. cracks, riitcuNd spots. 9 del amination, and thin spats, Atiy deticieltcies in the liner shall be marked and repaired 1.0 according to the procedunts outlined-l ty the Manti fnettrrer- I t E; if Imks are detected they will bt ehil pup hack. 1slLigged u1td ubated immediately with 12 protective epoxy resin coati ng- I3 1. Make repair 24 fours after leak dewetion. 14 F- Post installation Coating Tests 1 w 1. After liner InstaIIatian, conduct posf-Cf-TV in acrordamee with Section 33 Ell 16 31. Video camera strati he lowered burn the top of the manhale to the invert, 17 to video all lined surlares, prior tit beginning punk -CCTV of the main. 19 Paymeat for this work is subMdliaPry to the cost for the past- .C-TV of the main. tw 2. Holiday Detoalon Testing 20 a- Holiday Detection test the liner per MACE SP0198 - DisconEinuity (HqIiday) 21 Testing ofblow Pr(xeclive Coat Ings nn Conduct ve Substrates, Mark ail 22 detected holy days - RcfaaiF all haIfdays in aecordon€e to coating MA1114ImIiwer`s 21 recommimdations. Zd 1) Document and atlest all test results repairs made and provide to The 25 City (see at(achrd sample strac tu rOrn an hole report). 26 S) Far example, the typical testing requirements are 100 volts per mil to 27 l2,500 volts to test 125 in1Is. Cntitrmclor slsnll inark any location that .29 shows a spark of paten iiul for it pinhnle and repair these Ioeatlions per 29 mauul'acturer recommendatlr ws. 30 3. Adhesi6n Testing 31 a. Adhesion twt the Iill er at a ill inintum of three lucaliolz (cone area, inid-5ection, 32 and buttom of the MrUcture�. For structures t nei�ding {Merl kid one additional 33 Eesl for every additional fi-beet. For example' C,-C[x)l mall halr — 3 test-w, fs-feet. I- +� i n 6 manhole Ihry I l- feet, I I - Its{It ill nnhole — 4 tuts, I2-lboI manhole — 5 tests- 35 Etc-,- 'rests perforrned per ASTM D7234 — Slaridiir[l TeV M etliod far Pull -Oft" 36 Adheslon Strtogth i)rCoati Pip. tin Colin :rete Usiag PomhIc Pirll4)ff Adhes!oil 37 Testers. 39 1 } The adhesive used to attauh the doIIics.-slr>rll have a Ieitsi le strength grWer 39 that the liner, 40 2) Failure ol'the daily adhesive is deei-ted a non-te-st Arad requices retesling- 41 3) 213rds afthe pulls shall exceed 300 $ssi arconr-retc failure With more than 42 SW16 of Ow subsarrace adherid to the coating. If r%vLsr 11.3"r Fail, additionai tests 43 may be regkdred by the City. Ifadditiva ill tests Faii t1te.City may reeluire 4.4 removal -Ind replacenrent 01't1re Iuaer tit lire Con 1MIJ[or's ex}3ettse. CITY Or FORT WORTt1 NYCAM OM CREEK RF1 �I:F IN'TTACT, T09—PFJASf rj STAN FIARU CON $ t7i4{CHON S1'i�lFJCATU3N 1)i)[`111�I:NY s CJ7 Y Pkii]]1 CT NO. - li_2CM 33 39 Mi - I I LTNERS TOR SAK9TARY SEWER STRI FUMRSS t+agc 11 of I 1 1 4_ A bonded third -party [a sling. company shall peT-l'olna the testing. 2 5. Or Cantract❑r may puddi'lfl tests il'witafw' scd by repkn uj3tstl4e cf the r0R iHg I manufact Lirer_ Coating na;anttlkturel' represe n lal I ve to provide certification tlinl d Cotitracter verformed tests in accordance with Muted 9wndnrds. (. Nan-Conformitig Wark 1. City resew-ves the right to require 4iddil il' oat testing &pending €an the rate Or Nlure. 7 '_'. City will select testing IckatiS1115_ g' 3. Repair a1I def"ts sceordiTig tQ t[te mama actuk!es recoil] Mcndaliolas_ 9 FI_ Testing F�nqueney 10 1. lirojects with 10 or fens mmihoIc5 andfur sinicttlrm test'alI 11 2. Pm.[ei: s with greatlnr thuut 10 mf1n1a01es 11OCYCIF _ tTFLICILiPCs. test aft least 10 artd test 25 12 percentVfIT14111101M aandJorslrtleLutes a r the lint 10. 13 '3, airy will select the maiihoks andier ,mictures to be LtNted_ 1� I. Test maniarrle for Filaal 3r_'ceplLE11ce according ta-S"IiOla 33 01 .A, I5 3.9 Ww'[` M STARTUP I -NOT USED] Tb 3,9 AD.IUSTTNG INOT USE DI 17 3,10 CLEANING INOT USEDI I a 3.11 CLOSEOUT ACTIVITIES 19 A. Provide all test result.s from testing pee Section 2.4 and applicator certifications per 20 Section 3.1. and in accordance wilh Section 1,1, 21 B. Upon final compliAinil of the wm'k, the IlLanuh, ciurer atidJcr the testing firm will 22 provide i written certilicati<rn of proper fipplii:Itiori to the City. 23 C. The celli Ficatlon will confirm thW tlae deficient ar�raS were'.OpZired In uccofdance with 24 the pmcedure set frirth irf rllis STsecificit-rom The find mporl w i t I detoiI (lie tocation of the ,2.5 repairs in the slrticriu'e-and descri�+tion of the iLeia`rrG_ Scc attarlaed Iesting Forms, 24- 3.12 PROTIRCTION [NOT 11SED1 27 3.13 MAINTENANCE SNOT USEDI 28 3.14 A'1TACHMENTSINOTUSE D� 29 EN P OF SECTION Rt visimi Log DATE NAMF SUMMARY 01: CHANCE I"urilx P etaur I Fc► Tic)Pk 01 11 airrc ffl 1 Lyjxu o f rl kunhulk s undo l�011 1.2_ RelfIsavut of jZaVCl5 .711111_L S;Vftkfl I ;u Ld incius4m s) f S�lcetrl:Nlu�td alid Wuervi Fnvirunmeml 1751-?a-3111T} I Ka%Lvich 4ys�e�s1 3rl}l. auxJ AKC� 14 t l-tft 4y A.W. ChrAITi vl C'Mmilml}' Addiiimiul 8mnu" g191itil) aaPnlrul .H1 r1st%l kI,04il)' L!KWul ICSt raqulrmumils. Addl ;d Lesko„g 1�jirffla R), We[ J,ill lr Thi.! AIallbole I Ik4Ldly� Nui 1)dcclltplk uRd r4'f.'ulllolC A&;:5ln1l Tv I.I-1Y4IFF0RTWOR-11t SYCANIaR1'.CRT.T.:K.ftFl.rFrINFLI(CM- rr)R-p1LASErT SirANDAR11 r'ONLN-MICriON S.PFCIRC ATION INJO I4 FKTN cTLY I.,kt)JEi'r Ko-.c72Ni 11&vLol Fv1wUa«' 1-I. 2nI9 Company Name: Address: phone #: CieII. CoMing Date: Project Name: Contrartar: Owner: Thickness of Coating: Location of Structure: POST INSTALLATION MANHOLE LINER I-NSPECTION FOR{ VVET FILM THICKNESS Crew Leader: Work: Project M Line & Station #: Other- _ Structure Type: (check one) 4' DI Nisi TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX -- 6' bI MH JUNCTION BOX 7' D1 MH SPHIPHON ENTRY BOY METERING STATION FORT WORT Wet Film Thickness Measurements Wet Film Thickness Gauge per A5TM D4414 at 3 Locations Within the Manhole Two (2) Spaced Equally Apart Along the Wal I and One (1) on the Bench tees: Yes / No tructure Material: Lining Material: Comments - MI -I Depth: M H Width: Bench: MiI (Gauge) IJ1VC! rt (sprayed) 'If No, Justify Indicate Measurements on the Diagrar" Above Yes / No 125 / 250 Yes / *No POST INSTALLATION FORTWORTH MANHOLE ADHESION TEST FORM Company Name: — Address: Phone #: Cell: Work: CoatIng Date: Crew Leader: Project Name: Projoct ##: Contractor: — Owner: Thickness of Epoxy Coating. - Location of Structure: MANHOLE INFORMATION Line & Station #: _ structure Type, (track one) inspection date' Inspection Company: Inspector N,rr,c- Manhole Depth: Number of Tests: Test Results: Comments: Other: 4' € t MH TYPE A FC.DW DIV BOX _ 5' DI IUrH TYPE B FLD1JV OW BOA{ 6' DI MH JUNCTION SOX 7' DI MH SPHIPHON ENTRY SOH METEFRMG STATION Adhesion Teat results IASTM W'�A 4Nnn•Munhnlr: Structures may require additional sketches no Indicate testing Location for all testing procedures. Include additional sketches as needed. Indicate test locations on drawln, POST INSTALLATION FORT WO MANHOLE HOLIDAY/SPARX DETECTION TEST FORM '11� � Company Name: Add rt'ss: Pbone #: Cell: Coating fate: Project Name: Contractor: Owner: Thickness of Coating - Location of Structure: - Crew Leader: Work - Protect 0- MANHOLE INFORMATION i Line lei Station #: Other; -- — — Structure Tyne: (check one) _ 4' D! al+'IH _ 'rYPE A FLDW DIV BOX 5' 01 MH _ TYPE B FLDW DIV BOX 6' DI MH JUNCTION 80x 7' DI MH SPHIPMON ENTRY BOX METERING STATION Holiday Detection Test Results f NAc� 5P 188) Liner Material: Indicate defect locations on drawing Spark Tester Seylaf #: Voltage Setting: InspectiGn fate: Inspection Company; Inspector flame: Repair Dite; Comments: 'Nflin-Manhole Structures may require additional sketches to Indicate testing locaM Dn for all testing procedures. include addltfonai sketches as needed, WORM to 1A I I hijitz JHMI 14 S' R wi ix V4 Aq y v MUIR K • N j I wig Ld 2-rufir i—, my R - N ij IT{� i�x3' '' .- to . l!'" .... .. - ­j. .. pr . & Mi I, hrt: - -,.. . y`J•" k- e—JSbf'r4 +H'�7J Nif7J61'h'J3h'�f0-td773i3llYf ii�3YJ 38C7k4 fill ] a � ILL pa IL7 aIr � r im, tiu rs r C q Y 9. Hill 1 YH i ikILU a r.+. .a '•I ' I I T S �• ary r 7, r: Elk a 4F� 1y1y St py4 14 + I �",.' _ .__' �t — I I yy `y�+'�. • —+'.�` `}'-� 14iwu aQ � � I � �kY ��� � -- — I� w I ' 1 I q� • Iy I •rr 1 nAc .J k JiUMS 31W-�Odm%IA MW309M 11' 41 Anwff�-a;:F VIP 3NviA"" " 1- . F ♦IJm[ ewe' b"w � I-0-■%4—W5-1-4 Aul I � . ycamr)re Creek Relief Interceptor - Phase 1.1 Addendum 2 CITY 0 f` FORT NVOW111 'f Q TMPECI (WrIONS AN1) COtNTR k,7r-DOCiJMENTS FOR SYCA3 ORE CR-FFK li ELFICF lNTERCL:FTOR — P14ASE: 11 CITY PROJECT NO, 02200 0 riginal [Bid Opening Date: Thnrsday, Seplember 19, 2019. Revised [lid 0penjng DaCc: Tbtirsda , September 26, 2019. ,11 Revised Bid OppulugDate: Thursday, October3, 2019. ,Addeiidum No..2 Issued: S eptembe3- 24, 01 Tltc-contrt{ct-and dacam=ts for the; SU iect prnJcct L re lim:hy revLsed nr t mmsrteel as the fblluwusg- The addenda and upkijiu6 dccumenu have been posted onlilm and can he viewed al. - pro lyoini,burfs�kk�+,cu�I 1}a re.RU1 elA-iomellndex'xtbldar:—:237 99it#I Iiz res ebJlt ei�rll t eyns`?fo Id er=� 3 753� 1 General: • BID OPENING DATE 0 BCCH113C 0f 8611le nee gary upcl11teq to tl)e PCr GcatiQand Pm.ji:cL B[d Man esal the hicl opeiiirig will tv de-layed on week From the Pre -Sid IM-eting, 'not new bid opening date will be: 'rimvsirlay, Ortuber 3, 2019. SenIed bids will be rrttived until 1:30 P.N1. CSC'. Thursdssy, [lctober J. 2019, au (I mill be opened publicly and read aloud sit 2:00 P.1,VL CST in [he Couiseii C'h"HiblMs_ (2u esdon sl0a rifiralions: C.'nn Lill itoln� he added to CC TV the Imes alai are tea be ab audolled? k, Yeg 17id? ! eoF 11Wl he ad deril foo-{Ar'r'-C (.,7,1.,l+rsToec'go 1, (j'fltt r.',yJ,Sriiog luw.s- dear siWl far- erhandr+xped_ 1of6 Syc;imore Crs ek Relief tntemeptor -'Phase 11 Addendum 2 2. T33{ I R" line that fins gmve1 in it, will It IWLd 10 be nlettned prior to kvuig almndant tdY I yes. eiln are iteiit be added to clea11-and CCTV this Iine? o YcS, IS& 110H will bP udder for .ti'e wt r de-hr is renj o k cri fterrrt Me, ewi.rli u,�F se.lvtrr l+rrc.s lhirl l vifl he f1ba darivek 3. In I he pre -hid mecang, you {rrentiojjeci that rile eontr mr would[ jble tra "1ose� MatL:ri.fll 0nsi#e itj tljc ex isling hunker, is this.only in the l)urrk :r witlwt t11f! ROW gar can This exlmd trr autside i13e tnue knE o» the golf cDune? a Nn. Only bunkars.and core ft-atrrrts irtsid�+ rlre' �ro�7rrsa°f.� irtlfrr�!rrc r. rrr'rrr. C]Wsir{e qf rlre ar:e[r„s af in jlrrcrrc a regWrr.s fire xpecia1 /x+r•rrrfssjnrr Oj lite Fr r-r trQ7.jh Park,, arm RLVreafian agar lmei t Cr}Nrr'rxOOF is resprmOble for orry'i'es'lnr'crfltru rkrnrcrge rrrrr,vielr. limire'. 4. Mote No, I tin Plan Shect� 2 2- 25 far kJju Junction F3ox Tetail�! call uut rur "A.1I interior concrete surfaces 01',lunelion BOX nhaII by epoxy eoat&d �rcr sec rioir 33 39 faU." Are we goirig to.t.w coatittig a Poly),j r Carrcrety A1110lm Box? ;a rJfry e, p�scerl cr r��o'err+ brgrrr�rt v�+i11 regrrrrc r•pr,�t-y cvsxllrr The jnrw0orr x glityin?, dovs rr01 r.7,s It 4's'pecrfrerl trsprflYrrrGr Goricr.Tte- 5, The odor catittol detaiIN orl %146H 35 Cali ouI " entrawh PE. Carinii ter Jyp, For 2}", 11owe vrr the web UA lirbvided b-daw hnR seveol diffffent models available. Wauld you please plrvvide ua with ultuilicution as I t4hich mudi�l we're to uliklze' cr �rrrxrrrJr PL` Afio�rJc�J o, P�' ��0-�' h, l'he colwwt,e path is listed with spec 32 16 13— C*arrrretc Curb and Gutte[5 nrr0 vilIIey {3utters. is this tt�c cnrrect speciErVion for the pwh? o SJAT f+caMr rrr .will he earrectrd an brdfurin, 32 13 20 —. Centercie Sielffa+afkv, prive jwv vs rand Barrier, Fray' Rumps. 7. Them iB no clehd I for Hit concrete path. Am we I() Use Lhe eortcrete 8icitwulk detai13 2 13 20-D 67 What is the thia�m, ss rt:quired? is -it reinforcxd? o JFes. CW1 Palh . hObr d rrrtrrCh eXisfrrrg- Rtfivrenc f orl' Flfcrrdi Sltrrorlrar'rl de?ail D546 in the jdrarrs. ri 441041 rrrlrrirrrrrrrr t deg7rrs,V 11 reve red, Is tlErrc u dvinil a+,08ble for the required canneetion be-iweerG the existing bag %val1 and t13e irew'? Q No. Y'w arrgirrrrl 1tydi iur1.s drsOred nirh a.Jte0Mrg 61-c+'1djM F,iir1hig and praposM wttll r. vwzc'r.Won.shall bf, marle arflls jN-0P0r' rPjj,serx 4rotri`.ra1'e-1-1.vP as r'eyrrir eel by T'ARIJ �rt,�3x�'�rfolr. 2tit 5 Sycamore Creek Re[jel- Intcrc:eptor - Fhase )rl Addmduln 1 c}. Ate 1hers*tlevaligns Rr;ti1 blc for the existIng lop ofhag %%'A? .,Q, TN. orlfYeovaliorrsyp)-ovided art. in the fFlaa MidprufiA', Sce 4hcui l?, 1l?_ II was stated w theprvbid that the polymerit)nvIInil boxes-wouId L ; water It-ftted not air tegIcd, WiII this requimirfetit tieaddressed via addend Lim? WiII a separ-ate iicin be added for tflis arld Ilie iten, tar MH te54ing be reduced? a Prr�} r,�c+l',jr+ri fit rr be res urr rcrgi�;r rrf fcr l7c' 1� r7fe'r' lr_47r �. _4 bid iten, hem.. mean added and a I? rOAr?c!r.W P in Ihr speefperrrrrrrp 33 39 -'? Irux'beeir lrrt frrrTr cl, I 1 _ Are -Railroad 11'ermits Rcyuirod? If jo, Who w I I I obtain. C'ity {xf F(c rt Wort ClsuaIIy hal, a hill item -tor Railrond ptninits and -none are on shgwn the proposal. tw'an u bid ileni lip $dd�cl to the proposal it raiIrdad permits aiv required'? c� I'csv. Red lfc4u will be addecf,foj• rurfmadcoordhirffioa_ A vaibrxfd right-ref-eirhyfigr* AL required bT Ike railrrxrrf r+wim-r, Refiep-once (he rcrii4 ewd fwrrlul ire fldrfendion L_ 12, Are raiIroad 11aggera required? If so, City of 1=ori W anh unuiiIIy liar, an-Ilowance hi lulu far Railroad Flagging and none -are shown' orl the proprh AIL Call nn allowrilict< 6icl'1eIr k added I() iIkc proposal if rail)Drtd daggers zWe requiredY rr Vus. fir! [fe#1 ild/1 be added. 13, 1s railrond irrs.wmncc required? If $o, ivvilI lhe'railt ad nulhorlty offer wvvrage tluvu911 their Policy? If so, -City. ufForI Vorlll UaLiu] ly 13Iis a bid ittr,F, rnr railroad uraslxMMO and Bone Fire sho%viL on the. proposal. Can a bid item he ncided to the prcrpasal irraiIruad insurance i% required? a }es. laid ifem will he added and c o virred render r'ctill eA wl (yoordirrrrf rnn_ I-�, Will rI "Free Surxq be required? vso, pi case provide a brd item for IIli s.►vur� - ij No Th-(' ,i1rr•I,ev is 7-00irfeff_ A free hrdel.hy plxTlr did oil AvErl I.9 ref he {.Iarl,r, 11. Will a Tree Protuction l'Ian beRe�uired`? Irsu, I,lease pvt* Me a bid item fcir this wurk. tr }yes_ hvaPr'eIwOult,ix regjlh'�d rI hQ Teem ;rM IN, low vrifidfie ,prolealion f wri,ig. 16. Will n C:Ity of Fort WaAh For"I y l'eFali1 and AdiTiinistrltridn be required'' if so, Please provide a bid It&rl for this -work, a No .7}'cL. Pc•ol df iv 1'c'groh-elL l7. Will we be regiiired to camply with the 30% matuve.ca>>npy cnVeraItC frtir the ur�FUI fol'estry pormiI rj?qui�cnaen[,;? If so, please provide bid i1cills for tlrr. tree resTora1 ion amocialtd with thix. o Nro ;rrpur r'r wf ryrlian is i'vgWrod, 3 of 5 Syciamorr Cmk ReIie;rImcrc:ept4r-PWse n Adde idurn 2 18. UoI f Course Note 3. states io sir;p and slockpile 6" of tbps:oi I and to mstorr rafter;York is itt9W Ierl- Please pmvide a bid item for thfi�. work (ic. ROW Prep) 0 Ifem-k is hochrsrrur errpipeprke. 19- M mg manholes 1ri Ilie drawings are coiled but as Type A manholes. LJ2�uully rf t�sv Type A iiianhoIes ha detnilvd rare for straight 1ltrough sIigttrrten(s- Mbril of the munholei on this pixsj�!O have IiorirnntaI dellccLions: and would be better suite{ with a Tee Besse- Plenyc advise iNer- hums are rcquirtd or if the pipe Wi11 be- cuI open a3 :shoWrl sin detail 1 ibret 32. b A+fcrufte�fe 4uffJhr're Tj��ie�J<,rrerriJrraJ�lisr�teslrrf�ia��'rr.�r�rrecrr. 2-0. C ontrmGtor has in re!,�tore the golf course to the existing grades, C'nn a bid item be provided rear this work? a Na. rfJmmvi at/ mqj)* is u+oitirt Farr WOnh Parks and dWrefo II'ill & invideufr+I to ihe.. pipe irrsIvIla h on .bid diem, 21. ProiduI atilwittgs show the rvinowI W"several trots. City crfFort Worth usual lye Ims bid IF&M far. rhis �wape or work- Can Add`itimal bid items be provided for IFm removal based on caliper diameter- 1D ym. A Jura ilem 411 be crested. 72, Slice[ 17 indkates ive are to abaWnri 180 Lr of existing 48" WWTR- ,fihe& 19 stBICs wr ;ire tit remove 4 8 " VPWTR. I r remar enI is requleed, please ereatf- a line Ijurn for � g8 W wTR Iail}e removal- I r Anndnniitent is required, please modify nol on Ave 19 Io indic-ite zbrintlriimien I in lieu of removed. o RVIVIrrWl f j,firr 48 " MY is re qui ed ol.5) rurrrnre flw-k. P*Ia ?s ivill h.v cul-raele . !#rJ Irene wilf he r�retr�re� fr�r r�rrrr�tiuJ. .... . Proical Manual: 5cedon 00 42 43 Bid Propiasid Ftirm AalI be -replaced %r*h thix Ad&ndmii in its entirvy: The Following Did items have beq�n added or modifitil, 1341 tarn lies bem Ownged to 1,430 IS, 0484Fic# -SN72: A]1 48-inch -16 Iiipe �It43wri in tt,e:prt�.sruill be SN72. • kid iiein Cvineni YmbiIifed Surd Mickiill, Wd item quamiiy Manhole Vacuti3n Testing has hmm modilied. • dirt ilem Amictivn titnictum Watt:r'rk-ating, ■ Did itein pre - CC ry tnspectioir- 4 of 6 y+ amore Ci'cc [ Ri;Iicf Interc upwr - Phase 11 Addendum 2 * 13iditem SewtrDebrisKV1114)Vs1, • I id itetrl Relljoval of48-. 4cwe1' Line. Bid item Touporary (Bain Lire Fend Es>1' `free PCOIecIi€��k • Bic] ilum b"- t 2" Tree Rum oval * Bid item 12"-IS-Tui kt~rrloval * Bic] item Rallibad Coordination ■ laid item REdh Lmd Flxyinen (I dd?ra;) ■ A][tnuate A 5balI if Warmtn or Cheslenon I-pnxy as a liner, (-DutYsclnT muSl C11L)L%t= alle Cwti Ig with A]tmiate A, + Bid irem-s under Allernu ive A have been updated due to a qurtntity eirur or1 Tylxr A jiianholes, Plrtns: Shec1 7- Wa9tewater Abandenmen] MR. 9linII he rcllwrd i i k iIs entirety with fts Addend um; * Added caliorcl to clalzFy removal of 180 LF 48-nsch xvmilewaicr, • ReviLtod Legehd Sheet 17- Wisatewn ter PLrtu & Prvflte STA. 51f00 to End shall be Tep[aeed in iIs entirety with this Addendum. • Added callous For Caneut SVabili-4crl Sand under exisriag 36-inEh waterline. Bid. Iw-m 01so hts bLNMI cAded for thi-, colt. • Devised legend to cIRrifyremuval of 180 LF af-43-ineb wastew�a r. Street 14 - n & Profile +48-inch LnteraI shall be wplaccd in its aniirety with 1 h i 9 rs dden&)rn: • Added caIIcw for Craicnl Sta #iIiaed Sand ul;der uxislir g 364nch- wiaterline. Bid i[equ also has been acldecl for this com, • Ncae was ad€led in Plan to see Now 6 for pipe removal_ • Revised legend to cinrify removal of 180 L!* of 4M-inch vramw;i; er and uicILLde Note 6 to "Snppn)•t 364n6 exisang waterline during all excavation 11clivijv. Critical ivakerlin a to remold to servit=e nt all times." Sheel 32 - Manhole Details Sh"2 i of 3 shall be replaced 1n i1F. entirety with this Acldenducn; • Added Mute 4 to Ilie `l'vlse "A" (iblluttlLo)e tvOf W P21 1). -Any fiberglass field WIA shall lr� perlor'metl by A i�ttary-trnined end eertilicd individual cow ractor sp"- ializ1ng in Ihis type of work or ;In cl nployee of Ih14 pipelitle supplier. Cuntr.�clnr slxull deroibl�sttntc u4age of the ceF�ifte�f persons thra;igli a shah drawing stibini[Mi of %ocvk to be per rormcd." 5 016 Sycamda--meek Relief Inieraptor-PhuseIf Acldtndurn 2 INofarm ution to Bidtlers: This Addendum flu. 7, mhi pars ul'thc 5pwificelions cud CUntruLt Doewunts phi this subject prts�rzL artd madities the original SpeeXwffticns and Contact Mckm ants of�ha UMe. Acklmwldge yorW reecipi of this Addeiidum No. 2 by cumplcting, the mquwjtt �d inlbaTnalion a t iltr fullokvi ng 10(;WQM: 1. In ft 6pace provided in Section 00 $1 00 Bid Form of the Bid Prapasal, 2: EKecutc aok= Wk4,um ent below >snd submit signed ropy with your pruposal ut the iinxc of the bid .$ubmittal. R-ECrr-'V' M KNOWLPDQES, . CamR VAkl diF� 0 L[]C OOCID, ANDRE.YVS & NEWNAM, INC, FIRM NP. F-2614 City of Fort VSleartlr Tany Sholoia, r.E Lockwood, Andrews 9errior C.Op1101 Pru 0= Ot?icu, Wwvr I)epait=ni_ Lan A L L O ,4 61, L Y� �pEN Y ly ly Y Tms Realstered Erghmriq Flan F-2614 I;fix; -/PAT - -.. 6offi "35 13 BID KORM P��e 1 of 1 SECTION 00 36 13 CONFLICT OF INTEREST ST TEMENT Each bidder, offeror o.r respondent (herr_inaReF reWM-d tO a$ " qu') to a City of Fort.Worth pfocuremen t may be required to cornpie Le a COrl&t of Interest QuestlonnaIre (thi2 attached CIQ Fc") aridlnr a Local Government Officer COIA1t~ta D� sclosure Statement {the att Mhed CIS Fofm} pursuant to state law. You art urged to carrsull vvith counsel regarding the applicability of these forms tQ your cornpelny. The referenced farms may be downloaded ffurn thr1 iiiiks provided below. My. Jjvvwvv_ hics.state. Ix, sfform�,iGIQ.o htla.il w ethlcam,Mato. tx_qs1forms)gIs_pdf VQ Farm does not apply _J 0[a Form is on file wah City Secretary CIO Form Is being provided to the City Secretary J CIS r--orrn doe;i not apply D CIS FoOo Is, -on FIle with City SecrelarY _I CIS Foram is belriq p{ovided to the My i�vreiary BIDDER, Company Name Hera Addr+�iss Here Address Here or Space City. Slate ZIP Code Here END OF SEC710K By. Prlrrted fame Hare Signature; Title; Title Here CITY Or FORT WRATH SY AWRE r.REEK RFLIE% INTEKGFPTOR- PHASE II sTANOARD QdN5THLtCTr10N SPrr;IFILA170N Di?�LrrAP-Nl S CITY PkQJECT NO. -022n0 Form REVls� W317110 0Q 4 t OffTG0 42'4L06 43 13_110:Q 43 fl(] 43 37_00 4-5 1.2_O-D �$ s3_Sid FrapaoiRVVWirkhook_(ADDFNE)QM 2} (%) 41 M tHb f 6RM pAq" 1 UE 3 SECTION 100 41 00 al FORM `To! TFIe Purchasing Manager rlo: Thn Purchasing Oivislon I01I0 ThrricHn)arlon 31m al Clty-br Forl VVOrth, Texas 761Q MIT Sycamore Creek Relief Ininrceptnr- Phase II lily Prolai~i No. 2.200 -UFAS-Isecdo ; ; Unit 1 - Satiitary'se ,rp_f I. EnfnrInto Agmarnimt Tfte unftrojgPed Siddbe praidjes anri agrees, It IN% Bid is accepted, 10 i snjer mio an Agreement with City in 1he forrrl ancludgd in Che 9iddialQ Qgruments I fwfforrn end furnish aU Vtilark as spe1 Mad or indicAle+d to Iha Ct3flrrao Documen% roe !hit Bid Prjre and wlUllri file Conlr2c; Tirne Indicated in thus SM and In accordance with [he Ober [er1r.IS and wad ilions of Coe Canis-M Darul"Ma. 2, BiDDER Acknzywled&rneifts and rNRealhin 7.1 In subrrultIR9 this Rid, HIdtder accepts all of the lerrrrs ar3o mridltlolis {IF the INVITATION TO f 10DERS and INSTRUC £IONS TO Ell I)C)E 2S, rnctudang wlthout lirnitaliote those deallno-With Itie dispnsalign of Drd Br11Fri 7.2 Bidder Is awwe of all umts In provide the required I nauranc t, will d0 sa pending contract awarol. and will provide a valid InsiP ante Certlficato rni'eiing all r0gV1reft1enls WMIn 14 idiiys of noldicatlon of award, 2_3. Eliddes cnrtifies-thial ItHr. Rid is gcriultle and miss made In the intenW M err on h4�hFilf 4�1 any undnclrt_ged individual +7r entity and Jr, nr5a.8ubmiCiod jr, canfurfnjtY with q+>y aollmive'lbpre rit df rule-z of any group, assacjatirart, argari mien, Of Corporalion, 2,4- Didder hat nr,i dir0CAIy of Indiirnctly induced or sNlj Jted any Wher Blddet to subrnJi a false or shale lard. 5. Bidder hies nal -zolloted or IrAuced any InclMdu Ill trr entRy la refrain rrorri Ndding, 2.S. Sid do? has riot angagad In Ct?17upt, fraud0aanl, mllusiva, or Cue rove praohCea 1n cGmp01In.g for the Ccitkkra>rt For the purpos" & Cribs Paragraph- a- "rnrrty practice" rren7. Cf1a offerl mg. gluing, reoeiVing, pr SditDling al Hny Ching of value IJkely to. influence the. 0Qtlon of -a pubJlc olFrtiei in Iha bWdIng pro ress. J�. "fraudsjienl praclico� rriearEs inn intantputlgl misfepresentarlon at facts rnatle (a) [a ingwenre the bidding prat:ess to IfiaAttrlmEml of C11tyF (bj 10eaU-Wish Bid PFIrea al artiFiVOI non-compatltiva Ie�veis, 4r (aj.lp deprive City Cf the halTlrhig of fraEr and open compa0ion C "collusive prartare" means q scheme or arl3ngerrient hetwmen t6vo or mare aiddeF5, W11h CY UVijh0UI the knOwledge of city, a purpose of who i.5 to establish a Id Anoes at artificial, Hart-Eompial.11i" leveis- . _C013 ~Ive pratliUl- 141109tSy fiat f! ng CIr threlAU+ tin W Jaarrn, direutly cif Indiredly, pofsans or Iheir pfaprtrly to -influence th�lt paarti�:ipatio;l in the bidding praaesl, 4Dr affect the execution Eyf the rionrracf. 1, Prequalifrr±211pl1 The DIdder inknoWledgar ghat the folJowlfeg work Iypes ripest he p0rfarrxletl only+ try prequalif3ed c irriva tu[s and subconlraCIG16. (:I rV of FORT 1NaRTF1 SYt:Ar ORF. CREEK RWEf INTF.R4:LpT0F? - pNAs2 it P,rAw iv coNSTr4w,1 wN u.PEgF cATtorY cRicu lIEFfTB GriY 43RWFCI NO.- w2aa r-am RDVa au iD 15021 (10 41 p6_gr# 4? 43-00 43 1 J_W 47 A3_M 43 37_I15 0 1 T 011 35 13_131d. PruXmr Warkbou6_�A4GEW)UM Z) OU 41 0 �jtfi Gf-%gtA Page P n+ 7 a. Tunneling and Installation of Tunnel Liner Plate b. Bypass Pilmping E-. SgivvFlr Inl�: 1 re-pIw-- 6r.-ir1KI) lrl I.1al1ifflBrig*d Srn�jII,!' r 5PwW1 W911hole q. I'rltakiQr Epoxy linlrlg 1WArran EJNgxy I:uoirV or-rliae,boijon �p xy`.caa�ulq or PfE apgi irved equiYaLEPtj 6 .11jif1d 1fJ{i tFT.It:��iFt38 � fJtta Cuntr�lj J Sodding Rniaratton d. Time-ol Completion 34.1 _ The Work wIJI :be i�ornplete for Final Acceptance vuilhIn 365 days after the date when t" Itm Corltreicl Time cornrrlf3ncevR to run as provided ir1 Paragraph 2 43 of the General condilinris 4.2. DIddei i3ccepis the ptovlsioris of Iha Agrnnrnnnt es to Jiquldated damages in the evknt of lailura to v=10.lelte the MTk (andlrar achlevurrtenl of Mile6tomsr,) wathirl the Imies speoified In Ine Agreement 6, Atfaahed to this Rid 'The fallowing docu+nun15 sire altachod to and made a parr at Ihla Bid - ii This Bid Fatro. 5st.tiom 00 Al 00 b. Required Blr$ Band, -Seatfon QU 43 13 issllad by is aurety rneetiFNJ the requiremeo%:-alf Paragraph.5:01 of thF] r,.-aneral ConditiorF� c Proposal Farm, Sezi,c „ 40 42 43 d Veridof Compliarica Io S1ale Law Non Resident. Brdd©r: Sirctlan OU �I1 37 e. MWSE Forms (off,'HnliaJ el time of bid) I. Prequ3IPFF <Eslrnn Slstameni, SedOn 00 A 12 w1111 W 1`050 54Pr+Plje1 1nfornlnlIan PEll ril Ct)nflict or Inteiesh AlndavEl. Seellon 04 35 13 *If necessary, 0IQ or CIS farms are to be arovidecr d,reLtly to Oity Seciretarp h Any additional documlenls Ihol rnay be required by Section 12 or ih?� Inntruclilnrta lb ofddem S. Taal Bid Amount 61. Biddaf will.complete the 4►lork 1n UCUJ dense with 1ha COnIraCl I74Cwrn2ntr. far the fallgleang bid amnunl. In the space prav,di�d bollin y, please anter the total bid amnurtl trn this projecl Only this HgLve will be read publrcly by iha City al 11m, bid opening. 62 !t is Understood and agreed 15� the Bfdddr In Signing this proposal that tha: total bird amcwnl entered below is sublact to ver,Uasttgn ondlnf modiricatrnn by rnultlpl+ying the and bad prices for each pay item by the respec�Iive estimated qu.EmNles shown In IM..proposal mid them tplaling all or the extr'ndr d arnaunls. CrrV nE FOMTvyk TH AYC- ANIORE C;RE€KREI{ff WERCEPTrR- E11-1r►SE II 51MH A94 QONSTRtJ&T G l SPFY;FFIChTT[7N 60cumFNT-- CITY PROJECT NO, -0norp Form F4A,lsadVptPLIMPt 00A1V P4$4�r1kt4aIJ_Ilpa74,4_yo<,h37_W4i1r_W351301dnropzsa1141arhUauk„I AWFMJUM21 be 41 m 010 r-OR61 F'fte l id 3 .7. Old submKtai 7hls Bad Is submitted an by the enhly named below Res IfuYy i�Lrbrrlitled, Receipt 19 acknowledged of the It 431 (allowing Addenda: By; Addendum No- 1 �SignAture) Addendum No. 2 Addendum No-3 _ Mi Addendum Irv. 4 jPrint Name) rlr�. company: Cruporale Seal Address' Slake 0 Inooegorabon Ernad_ #�;hurw' END OF7 SECTION Crt Y Or Frjq'r ;VMTH 4�YdAkAo lE omtrK ka Ir=p 4NTERnEPTOR - PK &K-- It STANPAR[I 1. GNS�lftr fPr* 5WF C'.11-19A IKW MUCUM EPIFS urr P?RQJLrr. NO. - MU0 rp+m Rmhomp V16m 1 DU 41 UCLM 42 43_00 -03 4 ]_DD'A 7 4 100 MY 37 100.45 17 00 U t]_$Mt Prapu wl 4V,vRhu4 j ADD[ MOUjm 2t SCOYrgpsl 0 42 -13 PPJNpOS AL r ukrl SYACI 1QRE CREE1( RELLEP INTERCEPTOR - PPAS E rr Bidder's Application T'Fq L'LF 11UIi.I�Vr'.'Pll.m fi.ili�l L'I ��1•x.xl I IY111 t5:+ 1}Gk11L11 L5111 Crf Rf+I'i'ISYI kllkl.a5x 1'15+I .'I 'xiL'YLurf. IS LIM' IIUL1 II1144 I14 Am L'n1k.l - dam S�titirr L +uun+llv'L kh''I'11uu1'I I-IILrr III�IItL ILI1' Frorrn iriklu.Ry S711m71w+AP■IIT`1u 1a n� T� L.r 7!4 = IIr1 +y11 I'IIT'SN 'Xmlhlrti'3r55Trl`ipt }11111 1 r rn ii11+sill a'''' F14]'khlu'S 9mililll IMO I'LIIJ JJ it 13 LI' k.Yr} 4 11' 141 kH11 {r#" Tl,lL l I II It' IhYrA JY' f ylllel 1'IIx rlr rmu Tllul'r]pen fw 11 1152l 1-T k7 i F331 a3+11 #tl` 1 pp.�ilj4LdM. "%S . kllrlL' iJ II k k LF I. Ik7r jlnl 4,-TIRP5\;gLSamkr15erxr PIK knIF M-Mq.1,0I 1T 11 r1 rr 71 fr 7 III J33153rik 141rJ?nM =PrjlPjN4(iX,MULy 45iLWI1%p %V+IlmIC1,tKI0.1,L11k1 111pr 11JI II IA.k*u LE 1F Jllr i~1 IJ 33.11 35111 I Y SiSlb:a PV.G iexm Pipe .I T 31 CIF 1 F 252 I Ll •Hyic flrJlur P dymw F r:nngrf-.Julghun rrl.n l [Iniludlnw r-'L$AI NGWIll and f4pp11{ruaul'1'1] 1 T 111 : ] I I I I +19r}11 uINYI i'rAyi.xr Chili, o1r- huclrJh Lou 131 hii.!L1diiis COW WoLQn 41ra A lirw6a1L,11kY.i1 11 A'? i' 4-& I I: �111ku 111KIJ 1110,11w V,,lip1 1u • h.n.n.}r1 Lin. L I lreipLLnLL App jhmnLU) 6.1 .L•tL111 �S I 1I X"'{9!1.dDld 1lriniuflad I110 pu 1%1Vn11XMLIHIWIs 13 111 J0 FA. LA i1#Iii"ll]lq r'fr1111MmmIrrrJ1-j;'m11Iwmrip ■rimlrNkNivl'I1m lint III I,F 41L+ 14 III '}pi'U'd3.I.- 11'1.-I,`I I _- 4'h Ir, 111., 411'J1 h hulhLtiir b'trsi1i1n 1 e31 ulc 114I 14 Tr.A IN L I 1 y Ity.1, 'k-'.w'yl P-I 'LJ 13uI Li10+ 11wL • CCz4 Lumpmuom 3} DI J1 L' 'L-136 'r 11r?1lip, II CMINEI! rml VA T.�. 11. 11 SY 4r+I:3 1Y w+SID(1t1 A7pl'ub Pnerhv1 l ILV+nd%lyu 8S ind t'n 1.+, BNJ 1 3].i] 1a !4Y IILO. I TIM Fi l in I41I ry 1inr%'14 Nde JJ tYS,G EA w =1 IN!uhlkllA' iJ1 U% n111a11L Ktl11111,1I.Ni 1.11 ' i1 -re"if liSlm h rrm111.11 R rpjwri a111 I#• 1 nrl: 1.I.IrI. I.F k "fi lio 1J OJ J'J1IIY l'1111kkil AR1nrdlly A 1Imeluibim L1111riii-i L. PlI.v11p-{'WX'CLC. TIL J EA _ 4114m igaJll (MAr r'n m1I 5;rnmhl} II JWJLJ,r.y LqmIL'R'pnl. IIIf11Ilf Ca i zbL ELcl E4 1 A II)IF 3301 Fremyll'TS31NIUI}'.}- 14 klJ4"lr M 141 1:1 EA '1J k. .. r-it 1... ,1 .1 II 141. i�!412(1nI L'ILipwL1C11u1Y1-%bo ijl'11L-L1IAL}Y'1114'}-%{i5';}I+IIr 1!214IA fly )w dl J411ixa11 f'kIT+II,II..+'14'1Yk11riinii-1,fmlrrdlr]PAPIrrmirlA*nlld k4ak11 Ls t I' 411"n 411YUI Vi CO. lq—i 1111+111r rimhnlmL' if111x•111 OMII.911 RAH1111ein x`MIr.('jim tic. FI• I I 11--lip 1-S I 11 1241dim jiAll, �i44}u1U Ike. of djlw I rat`+ S PLU011 J±'H IJJ I_ -I_ II INM-r11j `J I Hill 1111131 RYI-.u4 iNu111 ills. 11111 k11 Li kg711u11;1 Eo'aar11L 1-1 Sxn rr 1IH YJl.nr ir-F},11NI nP.5 nl 'I _i 1s I 1n Irlralrr, rmu: iii11 +1 ]IliPWil� '11 "I 71 r, 1 r111 11 ►1j1+ a1MlrN .. 11u1'1 r1,�k n11 kI111 L.I 1.�x.ng5ry II +I%SINHlkaf#�11I1'L'AI[411L7.11 Y �1hlu 1.!j 1I.1. 11'11wwn'P.'q�-' l iruk�71171r✓! .. .. ►ruu as I rNld" u F:-]w; aYl 41 %1 I_I I'. I'I.I . 11, Ili a1 III 'S 11 55I1 - 1 WI: I14*4 r:.rhkAi&,s F+.js 11rnr, r4 ►-AullL IhlhLTm Il n) w FA L 41 gGaH 0" Shi9TM nr ?7 r $ 1 % I 44 %^4ll MW rwLUnlrl,M itll'I4a+rzlg,Ip LS I *I8i4111YY1 SulrZmxl {!nil 1 • illullrlj %L•rje. 1lmIn Ir A - Ruu1h11J t' im rClr Wmi iTr1 E )%y 111 L.Tn1dolFr 0.L ;I III ILd5 ;Wlddl.4 r1 Oku k,Wllft Typr 441FvIVU17 IINI 31IV20 F,J4 k, 4II11 ILrIL -i,hhllwlAI k'SM LLYll 1k1'Il1 G b%'IIIIIsald CAP [Ili h1whl4 i INA'I vlai} 1114M N'f A) 41.111 I IT1J SWidar4l Jr ikll h L +Ilnhe 171II W1 rc FRIMd 31 J-1 go EA L'i 1eU1 NL*kLike t.'wLwµ to F-Lmiti fem ]J ]7}M w'f Srlwi.Irl AlYer.1I+LJre .S Sn & 1'rI13n4'l r-ill, ,IN NTJAIII, r hi H4'oUri 4 IUII'Ul1L IdPAR.IYn.r.hlUn6 1n LIJp IUR• j .11YJM EA Ia r93 arrr, dill 1 Ajd.II r I.4ylioul Licol 4- llernl:l- irk! bIC Dill. YolVl GhU Typo) 33'319 3u .% li.1 -nr+]{YRIf. 1[dnYfNr mawt71Y reavmjq mm,, nie T1391p PA ti.IIw1 ILnI hhrrlull I I. IY$mx, *Tem1 1 = 904r mxl Unir I - SU6-TrLLIr Allwiy AcA rTalol'2—Sn1V'uI11r UnIY I + S1Ja Tillai Albvua n 9 S 'i'w WIPr^k ., JLr nor" tihi r ri ni 7,K.r r,. ?.fw 2 I Ir- .� 1 i u 141 q rl I I I -twit.. nu Y, Ili II I h.14 Y 4 ulrw. NI.,4 11 •li II�Y.Ii,r , Ihl i I.r NS.Ylll.lidII IN. 1411-4. 1111141.1h L1-.11.•w SECTION 00 43 13 P I D BOND KNGVV ALL BY THESE ?RESENTS- 001)x 31 MO BS}FIR T3Ial we, Co iea Nance Lrars known as "Biddar" herein and M. ia corparete surety duty aulhrxi sad to do bvsariQ6s rrr lhix StnR4i of TpX'M' known o6 "8aareRy" herein, are knid Arad rid mly bound unto The Clay r1r FoFI Worth, a muniripaI corporatwn created pursuant to the Isws Qf Texas, known as "Crty' herein, In the pen al sum of (tuft p*rt;eru (5%) of Bidder's ipaxiekuin bid price, In IaWful money of Iha United Slates, to be paid in Fart Wonh. Y@rrant County, Texa3 far tl.e payment or whirh sum well and truly to bye made, we bind QUF5erue5. bUa helrs, ekemiI! ;s, adra lnirlratgn. succemr.D1$ arFd asr..gns. jolnlly and savoraWy, 11mkty by 11lose pro serlrls, WHEREAS. Rhe F IIIitipsl has rwbrrlltted a31 bad or proposal to pe'rrofrtr wQiR for the folitywrng pr+ojecd dogrraw as - Sy♦aamwe Creek belief Inleraeptor- Phw5e 11 ND4V, THEREFORE, the conditlon of thin otdlgatlan Its -such that II the City sfiea)I award rhle Con0aol rrr the foregoing project to tfie Pnrrripal, and the Principal shad sahafy all requireamni6 and condltlnns required for ll to execution of the Cnntrarl and shrill enrw into the Contract In writing wllh IN= City In 8ccordanre �Qh the t.-mir. 01 T,uch same, Man this nhkgalimi sniiIl he and hQcnmg mull and -veld. II, hWWe%+er, rile Paliaci€„t teats to exeoule such Conlrasl m accordarfw with Me teFms of sarne or fails io canary all requ4mirnarlt5 and com flUorls teilkilmd Cot the exeatlllan or the Cantr5c.C. Ih+s ktoaid shall become the pruperiy or the City, wlJhaul fercwrse 01 the Ptrnclpal dndfQF Svlw4y, r+rll Io exceed tha penally hereof, and shall be used to compensale Cliy fet the differenim Wtwean P41nroal's tMal bid ammot wid Iha tlaxt f-Awned wdcpgr's tale) bid arlraonl, PROVIDED FURTHER, tltiat If any regal aCfrntl bo Mad oat tiles Bond, Yanue shall Ile rn Tarrani Caun�y, 7" or the Vrilied S%tas Dwr+ot Court fnr the Norihem Dtstrrot of Tees, Fod Vdodh Dioulorr IN W17NESS WHEREOFr the PrinGfpEg and the Surety have 51GNEt7 and SEALED dhis Inativaneht by duly authorized agents and officers an This the day or .2051 PRINCIPAL UY: ATTEST: 3IgrIALUFn Witness as to 106ndpal Na me en1# Title r,1rr rV Fpkr MWIN gycAM` Pr F. CigFFK riEti�r IN I'EMEPT(3k -PHASE H . 1J ANI'MY0 Q,{WSTRtIC TION 8P? CIFKal r4N "r L;MEKR I:rrw Mt1rrCT N0 Minn Farm Re.idaLl MITI 1D6 t6AI 08_06 dl 43_UO 13 13_iO4� 43_00 �3 37_DO n5 12_00 35 13_0-0 u+n,oserUquftoo�_,AooENr)UM 1) W Aj 1:1 BF6 al-aw Paga 7 01 4 Address BY' slynatura hlamlc and TWO Address- Witrien as la 5urtly Te!aphone Number-. Attach Poway ofAttnrney (Sufaty) for Attflrncy-in-Facl *Nole; If slgried by an Officer nT the Surety Company, there most be on file a cerWied extract tram the by lews- xh*wprg Char this person has aulharlty to xlgra #urb Wigallon. If Suraty's physical nddness 15 dWererd from itr: maiillnD adrImn. both mull be provided. The date of the bond rflEPH rlol be prlor to the date the ContTaci Is awarda-I FNT] OF iif'C7'10K, tFTv 4F FUw rigTH YC1MMFik 'CF @ii R€urF: iwroR ;EPTOR , F.419 � dl VANVAFlrDC6Np 7FtuC"O?9 SPEEWIP. MPU DiKUMENI S Cr1r PROJEM Nb - OUFA Pilm ;LT� 0171409 W 41 UP_QQ AW 4. W .4,5 U,00 47 a7r99 45, 7? DO 3.5 I%B&V P.rcya" YSmrYArogF {r QE Nrj1!nr 7.1 m1337 WOR COMPE.IMCE TO grATE LAW Pega 1aP SECTION DO 43 37 VEf+ UOR t;:OC4 PLIANCE TO STATE LAW NON RESJ[�ENT B]DOER Texas Government Code Chapter 2252 was adopled fnr the award of rmntracls to 41onresi&ril blddars This law provides that, in order to be awardad a rantract a!5 Caw bidder, nonresldEfnt hiddEYrs �out-,O-state contr4ctors whose carp❑rate offices or principal place of huniness are outside the State of Texas) hid prgjec--ts rap nristrur-dan, lmprnvements, supplies or selvicas in Texas at.an arnaunl. lower than the towurl Texas resident bidder by the same amount lhat a Texas resident bidder wDuld be requifed to underbid a nonfesldenl bidder In order to obtahl a cutnparal�le contfact in the 5tata which the naslresident's principal place of business Is larqatad- The appropaale blanks In aection A nupst be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident Wdders to da so wlJJ au tomaticaIly di5qualily thnI bidder. Ressdelit bidders mus# check the box in Section R, A- Nonresident bidders in the State of —mpour principal place Df hueimess, are required to be [t bJegla pefcent lower than resident bidders by State Law. A copy of the statulQ is attached, 6F1F25Ed91-GI biddEYm ir4 the State ofour pf'rrEcspai place of WslneFs, are not fegvir*d to underbld resident biddeFS. B, The principal place o[ business of our ot�mpany or our parent company or majority owner ks In the State of Texas. ❑ BIDDER: C€rmpany game Here By, Printed Nnrrie Here Address Here Address Here or Space (Gignalure) City, State Zrp Cade Here 'I'illiw- Title Here Date: END OFSECTION [:fEY OF FORT WQRTH SYCAMOFfE CREEK RELIEF INTERCEPTOR FI'MASE IM SIANDARDCONS MuC ON BVEC+rr_4TK)PDOCLFMEJTS r.mrPRpJL7Lrly❑ -QJ70Q ForrnReu'reed2DiIUp ? do41O%a&4Z43_00431a_Oo42d3_00433i_00491k_443TjIa_$WdPropp#mIWhikbac&_(A0fYEPE121jQ.i2Ll wCV-x ui LIL: ua IUIS:H gvu?A s Ell 4 X colv* [ 215 VH'4 - Tl VIJ WW OU 4W,1dR72d31 OW ) R R 0 J Dr-9 0 tV V-7A -INVAi NVI L VD NOV"IH 'lQldJ22F.;Wti Y:Z-:VI'J 3&1' M-16PA5 P r E E F Z ?4 $Apit ! IL Au pit h $ jQ.kl! Jl IF 16 4 Lb 0 WWIL 3 15 1 31 I ovnhz--.w lip P 117141 1 M MFO I /---R � I T L N I I k -') • ip, l Ij IN hill L LU LTU L a - yi�r)moiv Creek Reliel' 1ntorceptor Plimse 11 Atldedidum I (TTI' Or FORT WORTH ,U)MMARVI No. t TO THE. SPEC•1T1C:ATIONS AND CONTRACT DOCUMENTS FOR SYCYCN10RE CREEK RELLEX, INTERCEPTOR—PIIASE it CITY PROJECT NO, 0220 [original Bid Opening Date: Thursday, September 19, 2019, Revised Bid Opening [date: Thursday, Septeniher 26, 2019. Add riduIn N o I Issued: September 16, 201_9 The con racr And d ocanients for t]ie:subject pmjty are hereby revised- Uf iitencled as (lte 1'ollowLig= Thn addenda find apolaited di-ra~UttImu, havc.btm pwf cat -line and Lian let viewed at https:Ifptoieeilroint.buzasayr.�omi_bz Y", eW Hom p4ndex?fol der—? :1 7699 1V In rgsVWeb{1t L,qV1 temO fold ut--2-3 7649_1 Generoll' ■ BU) OPENING DATE o Because al'sonic necesasry updates to the Specifications and project Bid -Manual the laid opgning ►viII bLw c1e1ftVCd-0Tie woek frown the I're-Bid meel irig. The= new hid ripening rInte wiII be: Thuftday. Sepiern her 26, 7Ol'k Sea led IPiiI� wi11 In received until 1:31i P.M. CST, Thurfday, Septvmber 26. 2019, and will be opened publicly and red aloud at 2:i10 P.M, CST in the CauniA- 1 Chambers. nestion VIC -1a dfie alion s at 1"re-Bid 01Hfertneeon Sentember 11. 2019: 1. WiU iinggi ng be req ii md al't]ic raiIrcmdE crussiiig? n ye.w.flogging will lot, rI ,w'cPtf`Jfe hjff jJe?)P rrl Jill 'fr,If,rLlli jj r +Ile ? 2; Will in tirmnce be rcquirerl %-vi[h 4nnstrdtc6uT1 under the r. IIroad7 Q Iler i,-imp fraf.-Mv ignsf rd)frtin raf rfnff{ ffisf+rfuFre uslxrJ't qi?hr rtrrlf'r�rrcl�I�P'iirr'I r�rgtrrr��r�c+u#v, 3. What lype being hid in IN,, l,,gj,,,tr? 0 _?t .yJU?1dffj1-d cf;rJcret.J,r 1y(r1)tl1fde 614rh trpnAT linlorg-and r+. lx�ft ff��c� rr'Prfcrrfe ma ldhaale is hvhi y hid C+q Sys:ainore Creek Reiief InIurr:eptar Mm;e [1 Addendum 1 uu uller•rro0v rrr t2ne rrrttuher. Die hirlder must elzo }sv one alleivathw. Fiberglass 101fl tlraks ► ill :rot C Dncs the odor control unit proposed in thin laruivu[ require an elecoicial:componepl'1 0 . JVfJ a'Jeero'ir--ai -u+r)rA-1,{tll { Perpoir'etl ivith the use of'rhe odor rarrr+ f miit. as dds.4 pus'sh svxiew. Elecor'icul irvu-li r,s nE-e-uvvrrr_1'-{rrr- er pusd ve floty odar ermir'ol twit Steil {upical�v to.r fire+ frecrtrrreuf ph611. 271e c+dbp-eon I)vl tacit i.a err[ mifitelur'ed boo C algon Cdo-bon-otoor'e. lrrj+�r-matiou econ+ f frrrmf rr1 iJrr,Y firm, htttas;!l+t+ww,La,l uncarbon. or a u 1p 6/QS-VENT5QR8PE15-I:IN- Elpdf 5. What are the expected tlQw rates at the iunutiov Box al tlie. and of the Vvoitct? v Div arofivipofedfluly r'rsta,;ure shower on shvet?1 oflhoplans: It is rep to the conovetor nr io hoiv and II -li it IhVy Ai -ill a'c'1 orp bwpva's. The C00711velor earl rise barlo no1wholes elf INYloco doll ra e�{J-ecl Jr�,w b�+lrt�ss'�r�g �,t�r't, 8}�Irtrss �sr �,r���r rxpecrrr! rr� iJris fo�alio�, 6. +rtxat i tOc,nticilOuted slant dAke? o The anrfoipcued sear'r rfctte would hr spiry_ imaie y if)-12 wet4cs, after the bid apenhog- Pie rvace done is fex be derevoninad. Beranst of rhr bolidayy , vixr arrffrll ased.Warr flare of corosrnocOaj� iPrivid uppr'o.% irurrkUll1 lrc' rr1 filre rrrrrrg rffJll+eur' (Jrrritr2 )er70 7. What is the gmmlily of Tye A tn:tnkole<,; in the prajcct.r 0 Tire w(whole YneonW)I k1JOf qff f i, 1 mradpole. 7frere shrgrlrf lie 12 standard 60-hic h Dint Man lx des eTypr A) Jn rft crd aj.11. Thi s Er-r'or will be for-rrraily 0drr',ssed in Addenfh{�m " wr th a r-rvi t-El hit! schedute. S. Shouldn't tee -based mattiioles be used instead of Type A nranholn in the prgject? a 712v rrr+.'wholes shall he rrs , ho vro pro Me wodilu d Type,,t rrruufrate to efjecfheely of alV 0 49ttcrra 2'u3' 6peairrg as rerpouud the City- A ice-8rrs'c, manhole ckk?s riot corrrpfy �ti [11r.fltis r'etllrtr'r rroetll4 9. .4 point of inferest That Fwr s not ratentioned at the Ne-Bid nteeditg i wLv Me pelivennige jot- fires Minority #trtslrresr �'rtrerpo•i,��;' ��#�E'J gtral�irr o`hi3' Jrr7ojart, i;"eft;�ue c .krcf+rrrt UO �!S -{U of tJtr+ npc+crftcuiirrrrs. Turgefgord is 7%. 16. A owth ur poure of intetvxi is Mg emphvAir an the pre—qualff radon requirem eats far #-ontiWerars an d subctureractors for ibis project. 179 45 J 1 to/'tile Specf 4radents and the additional irtfnrmadmipro viderlas urn rr}tutlrr�a�rrf. Promect kmanual. Section 00 11 13 lnritittim}n lu ftiddevs'shalI bc� replw6d with this Addend= in its entirety, • St Ied bids wU1 be received by dke City of Fort Wonh Purthaairog OffJ e till ti1 1 301'.M. C.ST. Thru:t'r ay. Sopkrnher 26"', ZOJ0. 'tenon lilt 49 12 PreiqualiCcatian S131tenren1 �Jndl be replaced with tivs Addtadutn in its catirely.. • rllirjor Work 7jprs were waded to the PrequalffiLation Stalemew ir] this. aeption. S cinime Creek ReIiefhi(cf-ccp10fPhgse. Ii AdLIUMILutn I • {'or`rfr fOP- Irwgc q0Wity- iWins wer2 added to this seuIioi]_ AppLndiX + Cif ' irf H'arrl Nvarifi's Searr1rfard Prot ridl ! LU Itn's beeii ikil1lwi I ke AppentfiI in a tiESV SVr i0jj GC-Q 1 61) 00 Product Requirem cuts. o Defer To exocl cal louls on Ilie. plans and spcoitfi;adonis for niatcri.afs Flit pri the.+Sfrwdaly1 Produr.I L-Awl. + The City of Dart Worlli's permit far #die Uniap pacific Railruud erwgina permit lrtas been a(Ided rn tht' AItpen iIix. n C'uihtrijutoi shall rnO.pw ill ivqulPj�mu.itS wf Iha prsliinii-wid 54nilin4ize 11unsil r/hLN4--If #ia a I riece9siiry rcquIivniciNn of5aid Ile rnui. In for iriadon to Riddyvs. `I'liis Add"durn No, I, forms Part of the Sp'0C ier{tior,s OT111 420rlti'MCt L] r-VTriei)ts for tEaV. �'Ubj :tProjce.[a1ncl mod Wes the original Sp�cifiOAtjoi1s and Contract PocuinemB of the seine; A cknowledge your rc4aipt of this Ad&nr€wn No- i by completing the requested iuforrnaticn at the followLig Iocu(iow, 1. In the spare pi s,wirii9{I i i i St-0 ion 00 41 RO mini F011u of tho 1-3 Id Ptaposal- 2. Exrcute tialiriowlddgernenI be1cm and snbmit signed copy with yokir pwpsaf at ilia Uniti. of the 1)id ;tiuhrriittu]_ RECEEPT ACMNC1WLF..DOTES: By, LoGkwo(id, Andrevis & Newnum, Inc. A LED n DALY i OWA'ANV Texa4 Ngistered Erroneefinp, Fum F4614 i� ..,..... .,...:##r GREO A. V,g4i6NFr {i ,�. 122593 612019 (-'iiy f)f FDF1 GI-th Tony Sllatolit, P-K Setdcr]CApital Proj cN of xer, Waiur Departmelil_ Iiy: VRECK{ AiiflCJ TKM ST/ TFMENT 1 SECTION 00 45 12 2 PA-EQUAL.I�ICATI0N STATEMENT 3 Uch Bidder for A 0 1 V pracurernenI is requlr6d to complete #rye Informa-tion below 4 4 1dentlfylrrg the prequP11fied contractors. andlor subr±ontractom whom ;hey Intend to LXNze for 5 the major work types) 1isted- 6 Coil tractor/subcontractor Prequallf3catlon MajororkT�rp� Company h]anle y Expiration'Date Tannefing acid instaParion of Tunnel Liner Flol e.Stie Bypass Pumping Sewer interceptors, 66-in h is Diameter and Sma)ler - - Sewer Monholt.5 r Inferfor Epoxy Unintf (Warred Epoxy cddtJrpy or Chesterron epoxy co aFing or Pre -approvers egruva�enr)' Junction Structures Odor Cantr6l Sodding Restoration 7 9 The Lindersigned hereby certifies that the contractors and/or subcontractors describ( rd 10 in the table above are c4irrently prequaIIfied for the work types listed, 11 12 13 14 CI I y 41' I"CART w oiH n4 SYCAMORE CRE Ek RE L[EF IN'rLRaPTW - PHA5E 11 STANDARD CUNTMUCnQN SPMRCATi0F100C.Q MENTH C17Y PRCuECr MO 022DO Revjw rJ J my 1. 203 1 P.014e 1 01 3 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM The pipe SUppher InInrmakG n rorrri trnunJ with Ihis proect m4nu8I shall tie ptrtvlded by trig Coiiiractor at the lime Thal the bids wf�re slabmlttted Name of Marl ufac(trredSLipplier Tye 6f-npe home Office AddrE5ss of Ma n u factuf edS u pplier Location of plant in which pipe and fittings are to be manufactured The manhole supplier information form bound w+th this projeel manual shall be provided by the Contractor at the arise lhat the bids were stlbmAtteit- Na rrH.- Of M3PVfactWe0SUppiier Type of Manhole Homy Office Address of Ma€rufactured uppller i.o+;aliorr of plant In which manholes are to be manufactured The tunnel liner }stale supplier Informalicn inrrn bDLrnd with this project mamral shall be provided by the Contractor at the We that tite bids ware sularni led, Name of Manufactured upplier Type of Liner Plate Home Ofrme Address of M anufact u re r/S upplaer Location of plant in which liner plate a5 W be martrrfactured The Interior epruxy lining (if ifsed) suppimr information farm bound with this {Irojact manual shall be p nVJded by SYCWIRE CREEK RELIEF kNTFRCEPTOR PHA SE H CITY PRO.1ECT NO- 132NO MATE IRFAL ''$UFFLEL"f3 1PJFD aMA7IDN F❑RM Page F & 3 the Contractor at trre bm15 that the bids were submittteii_ Name of ManulactureriSupplier Type of epoxy lining Horne C)fflce Address of ManufacturerJSupplier L4Gation or plant In which M-8terial is to be manufactured Tire jQnotion structures supplier information form boijnd with Ihis project manual shall be provided by the iwontractos at the time Ihat the bids were stlbrndtted Name of Manufacturer/Supplier Type of structures Home Office Address of Mai mlacturerlSupplisr Location of plant In Mich material i5 to be manufaclured The Odor Control supplier Infarmation form bound with this project manual shall be provided by the Contra r at [lie lime that the bids were submittteI Name of Ma In u factuT-eriS upplier Type of Odor CarTtrol Home Dfflce Address cif Manufacturer) upplier Location of plant in Which material is to be manufactured The Sod sL;ppIier lnfarm Aon form botfrld + nlh this project manual shall be provided by the Condor zit the I I m e that the bids were submIUted_ Name of Manufaoturfrl Llpplier SYCAMORE CRIER RalEF INTRRCEP70R - PHASE 11 CITY PROJECT NO. - fl22Qrl UATFRlAI.. SUPPLIER INFORMATION FORM P,Fige 3 of 3 Type of Sod Home Office Address of Manufacturer/Supplier Location of plant In which traterlal is to be rnanufactuTedisupplled SYGAMORE CREEK RELIE€ INTEACERTO€t • POASE II CITY PROJECT Nu.- 1122D0 MA TTRIAC 5UPKHER INFORMATPO # FORM FORT WORTH,,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: December 6, 2018 Tht Fort Wvrtli Water Department's SLandard Products .List his been deveIupe€I to minimize the suhn�inal review ofliroduos which meet the Fort Worth Water Department's Standard Specifications during utility construction prvjecls. When Technical peciffcationg for specific products, are included as parr oldie onsLCEsctinii Contract Doc uincn1s, the requ1rernmu; o.fthr Tech11iCaI S p C i ri C.Ut i (111 will uveiri.de thL� Fort Wor h Wuter Dcparimelit's Standard Spei�ifica in11 a]id tl1e Fort Wo1lh Water DcparLnienI-s Suniidard T'roducts List azd approval of ffie specific products w i I I btf.l�ased nn' the requirements of the Ted -in ic:aI pec;ilicatioll whether or riot the specific pti)duct meets the Fort Worth Water DepartmetIt's tanda�d Specifications or is on the Fort Worth Water Department's Standard Products Dist. Table (if Content (Click on items to go directly 14) the page) Items Page A. Water & .Seaver 1, Manholes A Baws/Con.i pQnt! nts.................... —............. .;,... 1. ?-, Manholes & BAses/FihergIass . ........ .................................................. 3. Manholes & Ba,,e Trances & CoverSlRcctaftLMIAr............................... 3 4. Manholes & BascsfFvaniEs & Covcrs uund 5. Manholes & $aseslFramcs & t`'oversf crier Tight & Pressure Tight .. 5 G. Manholes & Bases)Precasl C:oncuete--------------------- ------- G 7. Minhales & BusesNeliah SystetWCemerrtitious................................ 7 S. Manholes & BarivA hab Systcros/NonCerntntitious ......................... 9 9. Manholr- insert (Fi0d Operadons lest. Only) ........................................ 9 10. Pipc Casing Spacer............................................................................... 10 11. Pipts/Ductilt± Imn................................................................................. 11 11 Utilitj Linr, Marker .. ........... 12 B. Sewer 13. Coatings/Epoxy................................................................... ................ 13 14, coitings/Pol yureth all t .......................................................................... 14 15. Combination Air VOves „....................................,...,............................ 15 16- Flipcsfcomrcte...........................................................................I.........1 16 17. Pi1v Eolargemem Sy%tem s lcikturaj .... .. ....................»,.. .1-7 18- Pipe-VRI i-lass 4 t!!Lfl brc�.d Pipe ----------------- -------------••-----.--.. 1$ M4}4Ves1} DPE--- ...........................................................................:........ 1,9. 20. PipL:siPVC' (Nresstilre ewer) ... . .... ....... .......................................2A. 21, Pipes/PV-C" .......... .._.............--....................... 21 22. Pipes./Reha.b. / 1PP.......... ..:.:........:............................ ............. .....:.,.......... 22' 23. Pipes/Ridiab1Fold & Form ....... ....... ......-...._............ ...... 23 24. P4f.?es/Open Pro ti[e-Large Diarnto.............................................. ..........24 C. Water 25. Appu wnanc.es �,u .... ...... . . - - -. .................... 25 6, Bolts, Nuts_ and Gaskets ,.._,., , .....�.................................................26 27. Corn binstion Air RuIcasi Vt11ve........................................................... 27 28, Dry Barr%.i Fire Hythimits.............. —....... .,.,........... .................... ..,........ 28 29, Mcwrs...............................................................-•------------ •--------------- . 29 30. Pipes/PVC (Pressure WRter)..... ........... ................. ........... 30 31. Pipe Wves & riltiE><vs Mti;tile Iron V itting............ .»r::::..,.,,;.:........... 31 32. PipvdValves & Fittili /ResiliEnt Sealed (late Valve .......................... 32 31, Pipes/Valves & FiEtinp?Rubhe.r Sealed Buttcrily V�Jvc ...................... 33 34. Myc livkme BjZo,:asemenL.................................................................... 3N 35. Sam pIing SIaIimis .-..................... t4 7 1 t M F- � coo im m P. ag I 0 E f L -3 d ��� r aryl v 2 'M 4 9 L3 � k 14-1 ErE|40( J ��vuu� p /$(§§\(( � m � � � /M *q E � JE4 . � 5 k � � � : G] ) j \ . � § _ ¥\\2 �. .r,.n. / � � j � }- O 4 | t F-+ � O W a A 0 z »: 71 wl j 7 B b E � � ±2»22 &A; c (c , ! » }§)%\ \\))a � = j) J 43 dW 6 k c ■ / )})}) !a4« ƒ\k]]) � \ m \ v c] w u v L4 FL Ln 6 v n E E 2 % | | !)) _ � �)} 0 � | � §J | � ®\.&A a k)\� ` § ! _ | )§}�) EG § ® * � •!* �)I � --�- k ..)\// 2�a . ) � :e779 m z P2 124 L Q e prq G w 411 ai t a E 2 w t 3! ■ ) 7 ��R7 (§§§ � . t ) � } ) � \ � : $ N* 2\\\ � ƒ § !)�| t$]! �If§; )\\§� $&]2) \ � 4 Vb a iF z 4. f- T r n w PL 35 -cs R 1 A I 1 4 t- F=, rq F-L ri ri -Z � § j ] k§ 7 E� � � 3 � K ` k � 9 \ 22 \ \� . f #±� �& K)�■\ a7�7� _ }ALL _ @ � u�¥ ( .!£{. 'Ia 1�) 7]7a) . � lcm quo 7 Z: 1�—LY Q z Z z Li G6 ta 1— .2 a M Q, Nei re lo ;-E T T la F. ;I -it E E OR -2 6 A A it 11 1. 1. Vr ri 6 H P4 w O W u § 0 u z w c 3 U I E e - 4 41 n •� x C' �� G L' L El 2 2 2 } H � r � � � c o � 45 •z cfs � a .� 1t � � � t W `f t i w F 4 L 0 G E gJ{o[ 5jjj � [i��� i C � A G a g G7 �E Li 7$ -_ - - �� � •r x t ^F • • +f � F �8 2 ¢ w %h L6 Q cu f 4� V fl v � W � r� Gi. Z3 O Z AUDIT `7 "' � 6 FoEder w, 10654? PTE1.1NE AGJREEMENT MI In T'Osi: 2014-15, DaIIas St6diviatjon Lora[inn F'nrl'Ihraillr. T;irranl Couroly,'I'e raF bI :1PII'RLINil AC1tEGhrMm' ("Agrcelrlurit") In nuide and Onlerad intro nq cil`fhe day of _ Mq �NEffmOva Dull"). by filld U1wi!en UNION PACIFIC ]ZALl.�MAD COS_ ai Lcfawaru cotpornfiroat, li) bu u�clzz3,�aad 01400 t)ougtas Street, S 1Si9I7, CJn]alfar, Nebra'rska 69179 {"[.ic�r�snr"), Etr,d C!'i! y oir'FORT VYO14'm, 10 lie nrli$es-w-d Iif 200 Texas 8Ifeal. Tort WEPFIN, Tiexas'lfri f}'2 ('rLjC4:atSed"), IT IS 14?MIA A -I -Y AGREED BY AND BETWEEN ME FA RTMS HE, RETO AN VOL LOWS, ArtA{IQ 1. 1.,1�C'LrT1i 0R CYRA(MR ICHT. A Jn cousEd�ratiiin ul' llm N(mme fee iti W p hl fay Liceliscu set CLrJh hctrnv find Ili ful-ther mmidc}T7lioII S,I' IJm V-0van to[s jiad argTfCments to b0 pLirfEnzned by Lieerlscc, LJC..onsor lrasrcby gratkis to I-icerowa lho right to enrr5truCt and thorea i, ttrlrlitg Ific Ierakl IotrEul, ,maintain and r perlilc 8I 66 inch CimDS&I rbergirtss relrzforced polymer acwagr< p1pol111c only+, IliCtutling auy apptirteI11m ;es recluircd for the OPEW111oit afsaid pNpPIiiw (col Icctively, "[.Erxrrsea;'s fraeJU[lev') nor= J,IOMroI.T9 rr2LI pfolmrty, tmelralga, pr nfhcr facj[[Iies located in Fords Worth, Tarmni County', Stale {}t't'ex9s �"lt.aitrourl Props-rry") 'fhc spec]fic sppc iea tkmis. arlrf [inAf-d purpaae I& Liewsuo's r-acil[tics uri, rltorag, ncrmL4s and tinder Ralkioad Nupea'iy um LICS.rribed fu and Rhown as [lie Prin[ EulrJ S13ecRICkifills tided 01:110 er 05, 2D17, jilkwhed Imrolo Hs Ea h dolt A and made a prat ilarcof. Jd- LiveEr.4oa',s Fnuilities will (i) uiily tic uscd for rrarrsporting rind rnnvoying smoge drily find (H aurt be usu[ IrI corivay arty vi[aer si;bRiance, any fibur optic unble, or Iox ally OdIE:r LM, wHatl�er Web riSC i� (111e Wttly 14MhnDlog[c;1JIy 1)(KiMbiID. Lr wlrcther &t3r.jl 165aa I1my 4240' ry iRty eXIsUItec di.whig 11w HN rrF IUs Agi'oenteml- { . Licorlscc nckuovrledges that it it.0l its Contractor prov1dos Ljt:urriznr }vllia clig[!a[ imagery dcpicling Licerwe'm Irricilities ('Digirat Irrii9eq."), Licelsse�- aulhariaes Licensor to use Me bigiii11 Jirtapry in loreparla p, EahNi AL Licemee. Ihrmigh n Jicame or. otherwise, has (lie rJght i) trw IIit DfgilnJ Im ugu ry limits Iv perrrtil Licermor ti? us@ the Digital Tmagury in mid man nap. dk1-11rf42. TEIA , 1'IIis PlpLrJhim Agteertloill �Ian[a iaik efflwt its aFthe Wfectivc bats farxt Jterein NYriricis mml shall earttiltLIC ill. JCui[ foroe one[ effeel, 14in11 exec ufion of OP ABrcrnrCuf, Lrice set'rflrill ropy fo I.J eusor it oil L-i#atic tieense roc L,f F.Irrven TIrmunnd']'%Yr, 1-111lrIIYeiI Tuii DOIInr} (Sr 1,210.00). �riMe 4. LICE NgEVS COMPLIANCTf WIT13 GEKERAL TT. All work mi Limkwtxs r-.-wiIiIies porfonigoiI by 1,1ocitsee err 11% wiiirmIm-A twit l sarlcily comply O11 Ii1I lemis riml conditloiis gel iOrlh lvamll, incla.1dJl14 NIC (3raCHII. Terms and CarklitinfiN. 11.1tached he'lVio 2LS rsllihI1 ii a I A illmdr aI pml 1levruf. ,ka'trLIC S. IN .151MANcr A. D{firirig Ihe. ten ii of th s Agreemeil1, Lirvansee shall fully comply ar arose its coutnralor(s) Its fallY comply witli iN! Iil54ir:]ncc iquiremarris describer{ In Exhitall C. tiitaatied 11ereto Lind made rr purt 1wreol. I.Acca = S[10 svid copies of Al Imsur1mm doctlnit:no0nn (OrB,, c00FItiftas, endomis �civ;i. io Lltpvisorill ffiraddres�i listed In the 'NOTICES" Scedrii) of this Agrecinen1. A. I ( Licowx is sulwaecl to vI.-iww(a) limiting 1tx In.plimrice habi11ty and/or liIniIilig 11s. Ab[I}ly ID Ohl 21n IFISLI 1 AUC ill l:01111p]is3Itee With bihibit C of Ihis Agrevinent, Ills}se statutos gimI I apply, Article L I ry WOk K IS 1'MFORIYIED BY CC)INTRACTOR JI' n ccuttrj�ctur I� 11Jmd by Lim tse6 to pe,r1brin nil} Nvcvk Intl LItensee'g Frm1111ica, thcll 11.1coil"mo 5lialI rcgtiire its caaraour(s) ia) vxt;cule U conrer''s Iheti-uufteal fonal of Comimt!]or's 14igpiil t+i` lil11ry .-AR enienl ("CROE'). i11L-tnut it6llmWlt:dges Omt; (i) Me CROE uttnched heftio os Es',bibill f) ancT rila tte it 1tnri 11CM.'D' 1s Ilse most curfarrt Form nwiilable as or then E Toctlae T %t: mid (1h OIL ierllt9 And tktle€ Illmlx of l[te CROE are subject in ehnnge by Ucensar, silr�ll shangas Itr ha; made ai 1_iceiisslrs wile discmtlaln. Lici nsce shrill regijIre its con lrrrcloi� to e!, cwte the CROP: he fore airy rommtors am col lowed MW Ral11X11isl PIYIpWF iMMINitt 1,rcell.; e's 1101ifienlion reclitircmerlls srl firth In 111C "NOTIC.E OF �E1;C��;��il "'SetCOvMENCNI�NTO� WORK; Ian ol` E)Fjjlbll 11 ArMIF' Tr ATT(3ItrfJr V8' FEES, EXPENSFA AND CQ�TS. I f iiIigaelian Ul' i10per cokio oclion Ur similar odJLid lent{ley proceeding ix tilidC!riokcu by Licataste or Ucc Iiwor to enforce its righm Lindar Us Agreemalit, all fees, costs. nm1 oxpr s, including, wlihnut i'Mi telioli, reasonable atlarneys' fees rind court i+osrs. ai` 11ta pmMuiiing Party in such acti". stlit. era' prart:euding s! ull 1ye vnirn imrsed fir p-LiId by the Farly agairkst }whose itiluml l jmdg imil or decision is rendered. "flee pmvWons of this Arti0k:.hill suivIye the tt:ririliliytion of I1tls Agreammit. Ail[ Ielt 11, VVATYER OF BRi ACll. '111c wifly6r I1y LIct:I1st+r uI' 11iC hfcncil a!'arly attndl 0111, WV12-Nail 01' agi'MI111011 Jimlis i:€llutri1led lu Im, ktiijt, nbscrvctl and perfarnie d by I.Jcumser shill in no way impalr IItt~ fiVhi of 1,icenser In nvniI itsrl i' uFuiiy rt+nedy Ioruity stelxsequeiut JPreach Ibehi oJ: 'tl'l0t 4. ASSICNIMENT. A. Lit:♦maLm' + udl mil assign 11115 Agree:n3uni, in whole or in part or any ri}>r s I ovl in �ro w cd. tv11IliolII ille wriltmi Consent ni' ILican,%Or. WhIl1!11 111111si IM reg1.1knTiM In lyrltIMg, by Llcerm=. AFly MsILill lnt:eH ar Ill le-tik1 t(i trtilisicr r4lIiIs Agrceinerit or nny of Itic Vights.ha:rrin gtLaTsht 1, whgOwr Wl'unimy, 11} tljkVMIiVIr of I[kW, Or IF1IIUF%Visr; Nklihul1l 1.4X-11I.W.5 w1iRIM t:ange�u, tivi]l lire .111s alrite'IF +'oid and ill ely rL`SIlll in I.. iu illar'N lev") ltiarloo til ihN AgreLment pni- uaim to the "'1'i:TiMINA T ION. REMOVAL O 11i't=M}a,I .S VA C'11. ITI17S" Seellbri 4rl' JGrslitbit EL B. UP011 Ilicpll lr'WY1QUn i70MFIr 10 naY4mmijalttov, llli5 Agmeineiit wilt brsbiMiap, Tllinli *rid itnlrc-ln the imnefkl or rile pm-ocs thorcto, ajior ssat6, NdM rlmel tis'deps;, ext-,cutorsi find nctniW-9tralor-5, A Nick 10. SEVE tA1t3UATY. AiTy pro YlsImI oP rhis Agree:l mi 1 w111e11 is 101:1.1111nc?] by R coo Irl of compV.1-nil jgIrlAir-Ai t is 13C W-vWRI or Nronfsaceibli: slirili b� Jrival W or miuhf6recaWv on!y to 111tr oxkcllk ui' -mvII Ila;]on. w11le:11 Nhall rxri imwill ilatr or ulhoi-wJsa rl:ndiu- iaaffoGlWa Tiny alher proviylon of rikis Ag=rnan1. Article 11. Naricy Is' CIA 1,icensuds OF mirk notica(s) required wldinrRAffiff 13. all otlwr t7ulIces i quired by tlik Acme ment nibs he in �wrilltig, rind (i) persorknlly sorml upon t{Tc I�xf dms addr=j Tlxked IE-la Iw ("Wire Address"), (it) mit iiVCwilighIT VJEI oxPim- de-flymy by El akidlonjAlly recol;Eiized overflighr �1�I1Yely gwelice5itoil ¢ts Fcikcrai Cixpross-Ccirlxo rE bun ar United Pvi-eet Service Io I Notice AdiIrasx, rIr (IT] lxy S mIIFicd ]]Skit, 1'LlkinI Fevaipl retjueg1t!J W 111e Notice Addruris, OwmiBlltexpusS deiJNol`y RUI[COE twIJ1 f L: c1ce111ad 10 bu gts^cl1 IkPwl ri{;ciTII. CerEifiefl malI notices wiII Im 4eafned to he giv€n Ihfee (_) dais effer rlelipsiI wilds Me TJnJteel 51aws POL'�iul StrV1=. IF w Lim1w, [In!mi PaclJtkc: RailroM Campimy A Itil. Armlyak— Rcal Estate Utilities (]solder No. 3065-77) 1+100 Driug[as Street, MS 1690 Onialln, Kehrmft 081'19 IJ'ro Lici�useu; City of FnaIk Worth Alin; I,tion WjJsoii ZOO Texas Slrael Porth Wards, TX 761 a2 ,Miele IL 5P1[fiCL'kL PROV1910N.— OfY€)xl�.OBSLa RVA!1'IONJINSPECTION, LIi:CEIsm, requtres tJCensm tD jig ovWC ni01tikorirlg of ii'ncks slid mi-sire observallmi mWor Ji}gpecriolk 111rvugli I_ eeflRor ItpprlovM Jnslmotor nArntd balow during ell con:Wuetioa �md Imlotlatima wr>rk. l.ICEIiIfCe is 10 direoily cerprtlifmW snrvlces-with the owned hspe4lor. Ha ilpros Meld Servircx �;til�i�: Jt�'. Lllliii r+ rill iivxst§.canr J'lrmw (6112)221-WI Ill WITNPSN WI-TF.i;ItHOF. rite paglea hererci Iwva Causcri ILfi� ,tk0L$ M11.ID be LXCUIted as of the I,rl-' xl lve Iio1u, IINION PAC IF tC RA11.110AD COMPANY, ai'17cl:�ralre coi'Ii+q'��Ilut F� CJrrY OF FOKF WORTH, n Texas IlkuWe14mI crrrpor. tlon ApprDvef |im to Form pal,q; 4Silo�' essic 1pRCI mmm« Form i9LSlMA Awl 2^;. , / \ C «j, � � City komt y ` § ; # ! � �� ~ - N&2[f Duo, CONTRACT COUPL &aEE m*KwgF By signing. I ocluioveWgim 1] lI onj 1� Rcm, m9pon5ibloe the moffitaring O lWUu t c kor qacui mdm ns |m all pc fvmmmi:md Um;ruim_ikI3. #- Nude ,fldW � ■P� &qA*-Ar�P. NON-FLAMMABEN LE LIQUID ELINE �0CRO CSI G y� �+ ENCROACH ❑ DO 1 H _ , # T. Op rI, ' i � � 2 I• I�I�L} �F jL �xo55rI+G �s pCSelll$f � � ULSCxIOS FIX0 00;LCT r FEXfll oejECT 4 rioss ir, rMCK UD055IN& TRA[x W_rCLILCfpIFI. Ol pr FJp: R44,U fFs" L911u 1+17J I J�cx (A 1R I r -4m— rpa FP, lie FT. 1 KNr PIK I p lE1r�t �RrCRS — ._ftA rl- �- rtrNQl�HL1 llNdIIJ L 9 oei 1. :11FLf�Ia k f UiIWl � +FT.- uj. @ — f r. s� 1, —J±JL�I�JC J`I�'I �ECi �N Ord I L41 r CrE SOLD loni 1 ouil l uUM&L PIRL crul0itCHwil I NVE>x 1)ALL WiLmLOWW-,LJ4LiwguvEifrEMLJICLhffrfUSiHEc:RJTH1.-lEOFSRACK Al HIET1FO JV INSFfLLE_dfiml IWOIFLVA7 10 Dlk I , MOM 4 NTFOL.ltl[ QI• 1IIrICR 10 NPC CNEAEJACllMF.N7 BUILDINIll AMERICA' 1 r.:1 `iIbN4 PI'JflwrEFEI)y AtMIMrAUhlUrMVMA.IINMINH115LIASSTATMO Mivr J}S UPARrIE7 hli,TlRj�iL �iilmN��i�lwcee ¢notA I" 10.Q.M;S Vf Pnr l;OMMREl111' Fil11ECOka4EYC❑ SEYMi3l'� IU4orwI1,1Ato 1.411,91skK. +u P, I rinru' ;,b P51. wnl.f rHaUKHE91% IINCI-V SCHLOULE IAIL + 11WIDER iM Ill, Xi-llBJ1 ..A.. 5lJ[}pIUrS1UIJ14�LIu�7wL CAl'i111Li1L'�CIy51rF1foPRurFI:IIIfl _• TljoCF: TYPE,mJrrlurit I I CrGInIC. MMEPIfA. O-BELRVOINL 040PL41E le pip•CLA95 gr� F1Ilr,1 lf,FaP,TII I: Asim; PlIT, 2kL—rr, tic,v"1 r111rxrJEES u.'raa IN'. naME-rFn M.P,124 ---- ,I"«�F.,=Qra,1a,942uun9 — .S.M,, ia�oa ear LUFiL.II�.,,gl§�G776� r'F-APESr CITTI CRLMTr: S114T[.- CAri C.L)I1:I{ogXjkJG i3E3o!1-:CrrorF�im ..1. I'II'll rs lita,N3 el IIN: Erimi. Early+�+� —LAWNI I x I'1 LIl'.,1�", i I RLJ4l C.Fk?ErM L 11T TIMCF. 10 rIEW (". g IV JAPFUCANT: o11vd-powiwaetH r3,1:[II.. :li'd7 ,141r;LtjF1s. r,Ir!, w111ra 11rA'11+aril n1 fllCdlrT AKtES 13) ANU L IS..'t.• FILE NO.t amwi � D)L 16 tla'amm5l 3a,XH113IT B Oi?NERAL'I'L:RMS AND -CONDITIONS SM0111k #. L.f14[TrATI0N A ITT) .5 U BO RD I N ATION OF R IG T-rFS GnANTED A. 'flit fvtnbaiii� Lfaui i5 nifl)jeCl aaiTd subordlote fu 1he I;rior Flrid erurttinu111K right and obI igrrllu11 of L.Iwiisor in use vod inalrliaial Irs vol Ire proptsriy ilicILid Imy, Ilse ri6;hi larlrl power of 1.Ire 0�.or Io CorlSir o, iiialwalu. repsllr, rct eel t]SC, operutr, f1l"' .r ntoillry or Mipca;te mIlmlld 1Gucks, slglial, eon inirtrilndopi., fibci• optics, or 01her xwirelfnes, 13ipe1iOtA and oth& facllitles ufrnrl, ulang tsr 13-Cv ss ally 03. A pares of ils pjuperty, nH or tiny of tv11ic1i. neay ire freely dame at any Iiorrr or 111114e9 tyy Llceiisor wilholit Gubiliiy, io Livenme or to Orly al heir poi'ty for ccoipeIns aliore or dzinages, B The foregoing grgr)l is.ill So s4khjeci to all otiaslaariding superior dglrts (inukrdIrig Ihme itl fluor a( licensers. and Iussm— o rPal Irorrd i'rDpzrty) inn The right of L.iaensor to rrtltw Fuji extel0 tlic mole. 1111d is 111rLde-tw1:1Wiel ccwe:llalii of IiIIt or Ipr etu3at onjoy111o3i. It shrill be LIcerkloe4 W10 Align1Iola lu 011tiii0 !;utrll lrtldiIlunuk perniissiun, llurns,T and grants imcessary art nuoerrlt lrf rnry sert±di aex.lwihig righls. Section 1 EN.INN P,t1I C REQUTREl4'IIFxNTS: PERMITS_ A. Liecnaco's Fnciliiicu will be: d"igiied, cnnsinicicd, opernied, maimnlalncd- repaired, renewed. IiiDdI Fred, recorksl etirnXI. rfirnovt~d. or abandoml in pinee cn Railroad Properly by Liccnl &e v, As cwralclor to 1,kie119 r 1;01W'9e1inn 11nd 111 strict co11fornrlty wIl1]: [t} Liecnsor'-i ctlrrclrl "AlneerinR s1i1IAR1,61 alnd eailicntlsixrs, irrcltniing Ileost ror shoring nnil F ribbing In praiL!r:I Licensoi's rnilroad gkpemiiorls and I'llrlllfics ("Up Sprti:12catiori.0), except Im v9Yiance's approved in advr�isce in wl'ilia k 1,)- 1_1cuii,sov's Assistant Vice Pr�ldenl F.rsgiroodog R Da3lgii or its oulliorized reprzerilnlive 1'01' Fjiglnneririg tta~prescnlisifva"}, (1i) such ollier mWitionril 5nfety sWridnrds as JAcrr>sor, In Its mole CfiscrCHUn_ alecis to require, 1110iding, wlrlxnrt ilndintlon, Amct'icnat Ra llway LnZiriuvinp, and Manttenatncc-of +Noy &fcivinflon ("ARMA") skandrtrds and Buidellnv5 (collizclivvdy, "UP Additlnnnl Require Incirls'r); arrcl (M) till aliplicablc laws, rules, and roP,ulottorrss, including may -iM)Jicn1k, Pere+rn1 ltaitmnd Administratian Prod federal Enffgy Regu]Atory Corn iuissiirt rEgirlatlolnS 011d enHClinealls (co.ITectivcly, "Law%'). iI' I hci re is n]iy confTici bctwren UI Spceificnl_1ons, UP Add itlfttlll RE{ qufi-o ere vs. amd Laws, Ills 11RoS4 Mstriaiivc ►ri11 apply, B. Licensee sbrrll keep the roil over l,l''ensen's Fa► iliti" llionjughly co,nprczed, oral iiinhilidP 0 nl grad42 tiveriind :irnurld 1,iueTisee's Frtc111lies evei))vIth the s4urrace or111r i1d)ncinn grounil. Q. II' tr4edtcdr Llcerls4c skti+l1 goutiiV, at Lfrxnscn's soft! coj rind -vxp.cmic, aiiy tuned all ,teu6,,,*,ry peniiiIs rryWmd Io pul,farm any %vtk1, 4 tili Liceatsee'l; I�wIIilies. Su tluji 3. NPTICE OF CUNIMENCEM ENT OF WORD. EMERG F�iVL'IETU.si. A 1,iQumee iinr1 i1% couiinc;ors are StrTcfly l vc6iVrried IYUrtI a 111iricncil$g tiny- Mirk nssoCTatUl uirkl Licknlmvers I'L16T lies wirltCFtll iJognmS r"K wrilwn) opprbval 1hal [lie %vmt k evill bn In sviar eomplirince uiiIi Ilse "EA1 ,INFTRINC REQkJIREt+r ENTS; PERMITS" 5t:ctioii of 01is ExllihiI f!_ Upoa 1.icainsar"s Tipp 6irL11, LiMM.iG'e shall cnrlTt M 130111 4f Licensar's field ("Licenser's rItdd Pee)Ws{ru;lliVLS") ul IMPA tea} (10l days berm ol'uny rwark on k,icerlyrr' Fai�iilrics. 11. i.iaMalmw 1tltnll 1111 ctltnlltellce ailyy %vork u1t111- (J) Lieemot hah k1ctcrnlined wllnthep Aat1W.illr- 11I' all-i a ,perinl protectiVE IIf sO%Iy III dn.1Llfi.4 ("4n1'aly M6s mtrrq") 11re. W.911irexi I'm p rroImurice 6f lbe %vork pors+l.ull Itt 11w "PL,A{-i[]1NO' Sectltirl of WiI EldjlhII B 1tILd provtded Lice l.lses writIcfx 01411111ri7:Itirxl to ciaallII)vncc work; arld (2) IJCorusi2l has (inillpllkd 3vith the "PROTECT ION 01 FlBEJt Ot''I'tc= C'ADI-E SYSTEMS" S1.1cdron ol'tIus Exit ibiI H, C 11'1 .d am). film,, call villurJ}mi .). alri-mN 1116volving Liccnste's Fnuill ies, LicvarL4v ur Its collll.lelnr sit. -III mimcdinkily Calliad Licell9nr'9 Raspm se mallagcnion1 itir.1Tlm,mi,,d iCa , C12nier m (8$ 9) 877-7MT gLtdull4. FLAGGING. A. Follow-Pag Lkeilsee`i tu)liee to LievIlSnl'x MUld Rl:laresrnlativoa LrUgLLtred touter 111C "NOTICE OF COMMENCENILMT OFWORK; EMERGENCIES" See11ot1 411 ItIJs 1'.Vltlblt F3, 1,ictrl)sor- 611MI invurm ulcensce if Safioly Mumm g arc ILquived Fol- perfornlnnce of the wovk by Licutisee ktf it4 copilrac[or oil RniImad Proper;),. I f Satfcty Nteltftlln 5 Are requiregl, no work eC ruly kind Iliay bt p;Pror"wd by L1ecltsetr Of its c:.onlWCII r(o unlit Malta?pmems for 0c {.r' Al Ly Nleasurm±I have beats m.9do rind !Xl`1C ELelctl- tl- IILa Snl'Cly McRStIN$ ILcJAITr I, Licumor will 14iyc ,14ic Doane wrill�n rqrlhorirLLl.Ipn 1rs c[laalinmce wcirk. 13. Wally S,7lety Mvja i-Ls ave I)Lrrrftvd tip' provIdal by Umtsor. irmlktdIng bui not 'Wtecl to I1algk;4lg, LiccnE N' shill M11 Limmee for a 1.0 expansca incurred 1W Liecn5nr. ilrill:xs Lieunmrr juld rI WWII. SIAI.C. Lit 10MI. V"OW411tt10iml ca llty have agreed 1:11M Licensor iS to 11I11 91.1e11 cxl+cnc+:s Ic, tho fecleralr sotto. Df IOUll gUVUL-nlalBnlal e,111i[y- Additional lnl'ormalion resmxHug the stlbnlission uJ' %wh 0N''1)E!J)9 `y by l.ieL' kl or Wid payr1 em lherenf Iry I.Icellsee ertrt lie rouatid in Mt: 'LICENSEE'S PA YNIL?N-l- 0i- I;XPIN SCS" Soullprl 0r Ihi€ %xItibit 13. If 1..icenvr)v l}C1-J'orms t'lny Sazrcly Menssires, LI=vim- groes rhor Lieensert lsvoi reIievcd oI-any of f"ji araibIIWes or IIRbiJiries set rortlt Ill (Ills Agromilo;uL. C . For naggip�.; the rote a1' pay par Iaoul- I'ar ench llltaS1 er +viI l be the prevai1iIig Ik idy rntw in c 1[CLCl It,r rlll 1?1J,I1t-ILLMir day ktal' IIIL C13LS 0C IIajgIllrn tIMI dUrl1% ragLllttrty zissigii f1 11niir5 and rwerlhki14 ili IIa{ mdmiice %vftlt L9liov Agee nlenls al Id SvInd oJes 1PI eriul nl Ilse IIll te Iltr~ rwork i5livri-m-mL7d. Irl;idtliliLllt b IN: cost of xleh Inbar, it Collooska chalrty ror vncnllon, Jtalldny, lwadfli and welfave, r,LLlklslCtl~Fel�t�l siekaless, R1LHII-Mld Rullromnii arid Lim-Im ploy I11i!R1 ckrmiponntion, mtpplanwmal parisloik. Employo s Llahlllly ru1sJ I'ropef.ty Dilmlige, nntl Adminivmtlolt will be 11VALLle6, cnntlAtlod 011 Actual l]ilynoJl. `I'll( 'cotap;rSlik' cl1atrlre WIIJ1 be the J)rmlHilIg conllltlsIte 010rge its effect m 11te IIIItt`. (Ike Work Is perlolnMd. 011C mid one -Calf f tiiue; Ilie c.tirrelil ho(arty rLttc is pfdd lb uvutlnw, Sillurdnyg mid.5{lndny�, and Iwo .1116 ane- baIf times eurreal hourly rule Ibr I)01ida)18. Wllb'C Mtes DIT Subjeal (p change. ail atlly I[pi re, by 1tl,v Or 1)y ,igrcrtnlwtl hakyeclt Licensor arid its employees, and moy Ira rtrlivaelive ns a restutl or nup,Iiwiolls Or a All Inr, err nn mlllloi'17XJ ggwcrlllnenlnl rlgen(;y. A odIrapnal Charges on Inbor Ira* nisu srlbjecr to rlinnbe, It' the• rvlllgC` rittc ku LlddiI1OF1r1i L_harges my di -Li 1ij;m1. Lic- nsc.'C (or II1e govuI'llnumial entity. ms :i.ppIIcnble) Il1rd I lijky ilrr ihL" NL_%irr11It: rim latlusanril a,lrtttJ;es. 0. Rviril hurgemk!lit to Llirxnsor will be riquirtd covel'ing t11c rMI o1gl>t-hlrnr slay dtlring 3v IMI any llmg8�zr lx (itrnislwd, un1:6v;-Ilie tlaL gczr can Inc i s1giletl IO oihi r a-flilralad wort du1`111g u linrlJoft (1J- SLk11 dLL}', ill WhiU1I t<V01111 reinllrtlrkCMU1II kylII Ik0t be rt:yu1I'Ud lbl' the PUrliun aI' (Ile dray dtrrFflg 1wt11CI1 tits IlJJ gel N eltgVed in 6111tir railroad work. Rcimbuimntolrl will n1m) ha rvgLIIJ'ed for cutiy dliv not uctunllx wolticd by lice Olig"F9 following IIlie lirlJ• gcrs" misigntlicni m Nvork on the l njcet For W.101 t1 Livell,gol is rL.quifed (Wi. I3:ly I11u 1111J erh 11ltcl Which could 110t I20 .111O }y be JtvaidCd by I,ICV11S{fit' by �s-kig ilvit cif much I31tggAq it) q'111ar work, t:vell 11kULLgh LiCuiisit!tj;may tort he work-ing {luring such rll}1L. Mum Ti hcc(mie-c nemnury 1Or Licomiur to hillletin and rtssign on ampioyee Icx a LILtginl; posilloo in etrrltl,li mwc! k+Mi urilmi coller;tive Irarg;linlnJ; n.gFVL-mtnl9, LICULIMM atlusl provide L.k xrt5pr 1 171inbRIIlll ol, fpvei [S) days noilee prior tn.l.fika ussaiiun a1'I_hc IWEd 61-ri Ilo 15r. if fiva (5) days no[iC0'Cj'CuS!;atio11 is mt �iveii, Licensee will sti11 be requirod irr prty flrkgging clinkges for the dnys Ilie nagg" wAs.schedtilad, +rv.(.,"1 tlfough Iln$giPTA is PQ 1ppt&er regarlred rov tilDr pca'JOc1. An atIdiI10aftl Ion (1 p) days nal Ice milsl iFien ba &1ven 1n Llrrrnsnr if H iigg ii%:irrvJ(<us nre nteiicd Ugrli11 aRcrsttcJ) IPvc drly cessmtIon rlatice terns bccn givcrl iu I ,lecj7x1A,p-, kcilhm $. SA IrF.TV A. $ufcty of i>'vrsoI11tel, I)rnlx.rly. ril11 ujItarnlaaifs nild tlke ptiblie is Of prklrttrtakant IMPO -01WU in illt ljM3C'r~►ktiron of ntly ~dirk on i(allrotid Propi:riy perhirmtd Icy Liecrpsue or its contractor, and inkcS pt+eeedvnix over arty % ork on Lirrnmes Fncl1Jliesla Ise perlvrraod Llceq ui' 11s mitmeini_ti- LJaansce s 011 be tespollsible lol initialing, maimahling and aultervisiitE 1111 surely orwimlioris tint Ptogrolins. in coasneclion wilh nny wark on Liceasee's Facilities. licensee and Its e4pptrtictor shall. aE n minimum comply, ivilh LifewA 0mpl iwiepil safely stalldoi-& lmaW ni Il1c beioxv vfO tlddmss, ("i.Jficnsoes 'Wely Slrtr)d111L1s'} 10 cllstire gvii1bi-roily ivith the rwrely sinlldarcls follatwcd by Liommr's own fbm s. As a Pori al' IJiCrk$ct's sldiely vesponsibililles, Lict.sisec shall notify Lican9pr if It tlelernuklr'S Vial :tJiy of Lieeptsnrx Snreiy S11111d lkx]s are milmry lu band safety pracllem Licensee and Iis conlraclur Shall fill-P11-ph 4 rglics 01' WrL1150is Sarely S(ali laMs lu enuh of its errlpluytxs ht:fare 11my wiler Ridiruad 1'roperly. lb.!IA�?fa'+is,.,wl�s���.4Eti!!Ur`'1]�ifl?1,�F-'[bill0.T�rtk>glitir.�i�-k+�-t1p!�#tlaliV.i.ruiEUW.iks:�txi!�1.I.JIn 3uirllz�+��it1w '+�31 B. Uuensee ,thrill keep iIIV jDlt ni[e a I I RAI'lroad Proparty. ftL rrnnl saFay Find health IimircJs wid enstii•e thmi. t1WIr empinyM are uU1npt:ttnt hind Cta1cvIKtaly Inal d in ?III safely urkd he$h11 155pecls tIi- rtio work. C. Li¢ mi,, sUrces Mal Uuosec"s FoMllies and aIJ parts piercer ividhin and autsidc of tale IlUiiis of Rallrewd i mporty will not inik:rl' m %vivlt!guevcr witti thin coostahl- coniinvn[0, and kml`p tcrruptmc Ir3e of -die Ipmks, pr"rty, and raei111ics of Limtsar, nn€k IIatitinp, ARll be 4ortc or suffered trt.l�c dQne by Licenrymat nny lame thal-ivquId in Tiny airuiner liiviiair Ihemfely Ihoreor. 0. LltxiiLm'x nPertt;uim i11kd work pper#armad by Litensor's psr:rsonncl piny rzame-delnys kn I.I,~erlsce'x of its vkiiiime Ws woNc un Licensee's Fgi�IIIties. Lkejlset; at:tel]15 111is risk and agrees ilia I,ictimor shi l isave'Uo Iiablii[y to Licensee or airy atbar pckso[I or eniity For nny much diziny.s. 1-kolsee iuki8i I:unrtJliutic ui3y tti'urk {Fia R11llrlkikkl 1'rttlrtrrfy Ipy Umnave or imy Ibird party Mth Liccmioi's Ficid R�pte%mjPiUlvct in i;lrlc.t mnipUnce %with Iht* "NOTiCE QF CUfti+itu[FtNV;i'MENT OF WORK. EMERG ENCI ES" Sec kimk of this 1131 stLjbil B. F, i„Ieensur OwI1 Ikaw the right. ii' II sa (!lecti, 1p p ro-o le Ariy'support it deems necessnry tar ri,t sr+frky yr ue-cnSt,,% imeraiitrkis an'd lrucknLtluriny, t� "ni e's or ils ctinlrimciu} s CUptSirlit�li><in. Hininlelinma. rq)'j'rr. FOMMAJ. mnd1FjCQ lnn, relmailon. reanrlstrucriari, or ivnikPvul 01' l.Ic�rt rc's Frkt ilGliss. In IhL -,venr 1.It:r-ris'Ur providus slrch mipporl. Lievigpr 331taIJ Invoke Llctns'tt, a[td I-Amisee rshrill payk.iUcn5or :kx Set Iarlli tat 11 "LICENSELS I'AYi�l P-JgT OF EXPI3�ISFS" Scctioo of Ilux Cxhiblij H. I,leeklsiIr still gjvi. as IUUI:]F INoIco a: is J'euSlblr 1.1mogPIiAi.tg ski all t±mm iruf-1 Ixy iwlluirimd by lizenseWr. a' Oily Council and Mantis mils[ Lie 1111piXll+rimud. i-, i,leen}sou 1111ty usa onni tlka ed rkirmuri sysluma ("UAS") to Jnspecl Ucefksee'i' Prtcill[ies 11111y urmil llta prior .1ftlh01-17alioll Irt v :md kindw itic 01rectlau or Uttissor's Field RL:0res+:ti1Mv8S- I.1colisee Vvues Ilittl ifs tt.~;e or UAS ail R1111'r0Au1 J'rr}perV Will Comply. Mill Livemscr's Ihun-vurrcitl ilpllnlnm !d Atrial 5ysmcnls Policy and n1l ikpilxliirxtistt: [ilk", ru]cs mid r+sgul1t11an5, including any uppiicabte Fedea ill Avintii.tis Axlminisirk[ltkn rugululirm i arld UNLElntf.nis pertaining 10 UAS. 51"Holl fa. Pit OTECTION 0Ir f f 13PH OP {'JC CABLE SYNTEMS Libel' nj)lie rLi131c says€msvq: I11ILy N� bLIf1LA orr RMIrnad PrrjmKy. Proiec:iim or tiLe rtbra' pplic coil le sy_ 1W;)li i;; aF N'ctrulne iIlipaHilIICI! si;x:e'any kellk cautll (11srpP1 service 10 il;Wrs FMIIiP1A in 01.1SiIIC55 interruption and foss of revemic n'nd luuflis. III Adiliuo 10 IIIC nAricutiolts roquired tLndcv the "NOTICE OF CONfMUNCEMILEN OF WORK, EM'ERCTENCIL:.S"-sudot) of 1111S Exlrihit B, IA-m ns"N sbrill r4auph4wv J-11;U11hm. 4110nt Ammill b1 Ancss hours (7,00.n-rn. to 9',00 p.m. Cenlral Time., ivl'pnclay tIILULlgh l'ri(In y. Excq)l for h0lkhlys} Ui 1-$00-3:16-9M (nlstr is2d-hour, 7-day imiliber rot oilmr9micy cLLlls) In Lt�1ki-mim! 11' feEer optic tallte is brtried aiiyxwlicre on itailinad Props rly to he usred by I.iumsce. 11' it is, 1,ievI&C,c s11"1JI rcicpl101li t1w iClaclarmimil icaI lams coinpntly (II es) invnivetl, a1ul ;IrrAuge'�O. a cabte Iucalor, 11 age m'I'al�;eiIwIlis Lila. Ielogulioil ttr 01110j, pa'u44,Cl301, til' 111L: 1iL�LhJ' 0111te enb1C, all :H 1,1cr 11sce's e;xpcl?ti� imd w d I nal CLIInra1UM:11' ;Ir[y work ag Rai Irond Pruppay unliI n I I -;ur,11 J)POWN1M Dr iY11]CPI ILM ball hCCi1 complt:ted, S ctlaLn 7. LICENSEE'S PA)rMENT QF l?XPENSES. A 1.i"11.ec shall be 1. 111e c:lrice cos; and exlaealse of the design, conslruclion, imInlenjinee, ill nei lC4(PA, J MMoll�wpa;ign, repifl . reltiawnt, rcv$slo)i, tenr Lemuvri10 1'. icaals e's F.,,[Itie5. K 1,itcnsL a 3 ia11 hilly., for all muicrllris joured, afiirc d is, and hibor liciformod on RnIlrnrod i'milmly i1I cm1piccllall with 11W C011,54i10-6011, IINIIi1lenanac, Inndilifallan, rrconsirLid'1011, I-Cmir. rerlemil, nwtiion, Marcnitno, or ra lliuvad or Liucnl='s Fucilitias, and 01.m1J iu11 pe.`nnil or suFfer ony mucMniC's of iirnlerlalntrlei'S llcii j,f L}r1y t IW nr Ilnture io ba eI ni-cwd against tk prajPwrly I'm :uly wor k +Iunr or I11RIC6,k Iilrnislierl ifterum Ill the Inslntier; or l'fflWC91 or un bchu If ol` L'Isenste. Lircllxec ihntt lrro]tip[ Iy pay or 0Ischa11gi elII I'mus, charges, urnd nssessnreltls levied tlpojl, 11) reSpcct In. M' 00 uecOulil nI- 1.Jc«nsee's Nit: ilitii,s, to prevenI the ulite Funs brecloLing n chnrge. or Iiien upon any property of 1,ici�r15pr, Rr1ct wn irML llle inxes, CIMFge_�, and assess menis le%kcLJ nllon 4ov io rl;s} au3 I t;ucl1 pi-opt!rtf i;1u1ti isol be PIWITFtSUI &MlL15C Or the 1ncrltinrL, cunsirlletion, or wnintenrinee -of Uccllsefi's Pne:llilitm ur any improvement. rLpph4imc, or fixime cQnnecled Cflere%wlth placed upon mlcll property, or url mc� omit of 1,1L•Lnscc's 111teresi flien.In. Where UPC IM, V11LIYgc, or Eh, iC5 mior1i inns TLOt be salmralcly made or mws:md i11 Lirellsee iNll shall 13'e Iricluded In life nssessIL Lilo O1 din pralyeriy DI' L.iGeisgor, Own Liuvium s11t111 1kny to 1.Icelmor Im grjulljrh1�! Ir1'111101'11ull o1 rurl1 tuxes detetanilled by the vnlue isi' Uccn%v's Isr>u wty rlllrrll ra'trlu0I.1,y 1)1' 1,ice llsor w; wlIIPaMd 1wi11L Lil i entire: vnlisu ILfsuch pmpa my. C_ Mwt fools Ill tlw "F'l AUCIING" SecdOlL of this 1sx111LL11 >B, I.ICMIL11 ! Mall JIM' 111V. rl.ght, If it sia cicets, to provii& ony Snlcly t+dimmims l,icrosor deems necassElay fcl` die safety or Licon.wr"s operullorls mid iril0kaSc liurillg I.iecrr :es ter ils aomulctol'3 eonsiniction, Innilsrcnnnrc, modification, rue on-yinuion, repair, ronMiril, revis101L, eLtJcicntit}u, aa'rOfflo ll of Licensee's Fneliirics. hicilldmg, huI ikul 1l111irl"d row Supervi5icill, itlsg4r, io11. ;Lod 1141g aiasg WeCVIMs. In the eve1N Licensor ixrovides mW11 Stkiy MerL.strrc'.. Licermor Shall subFilil ail 11clniwl Involce Io LirormWs 1106 a Lca11r1CM 1151VII in the "NOTICES" Artick L7r' lkilis Agr"mcl i. 1.ice111ce Shall lr;1y to Licensor 1:11e. lolal nn10011r 11SIC0 nn sttoll fnvoki wilhin lhirq (30) daiy:; st1'l.icen5ee's rout,i H o rsUCil. i11Yofci!. 1.1tmilsor wfII-give as ILit1ch PloI[q� as IN fermiiilL: rrcogillrirag such CU511 rnusl by M1111067.Utl by Livemc-es Oty biLmoll and 1{11411l wus�r ba aprrrn#zrialed, . cetJnll S. NIODIFT A'f 10NSTO U CEMEE'S Vtl`C11,F1'IES. A. 'IILi, gJAIII I J ill LJVMIN LlP'S Xafc Alirl dficirnl DfHoJ.Ltti(115 {5l III nliIrulid, and 4u11r{111INNI UVC LIVId or RiAlroad Pfojvny. (collectively, "ltoilrc adrs LJsc"). M.,cordtrLgiy, LicualscL: A811, m its suIc cost slid expense, modify. re+conAlrurt, relmir, rcne%v, wvixe, relocaic, or ruminlvo 1illdivhIil,Ill . " Mod [ Fit: ill i{Lr►' or roIleuliw.ly. "ModiPunikwrns') nll or filly 11urlion of UccnjWs Fix itill cs n Liteitmr itli%y dtilgimla-or i oralty, irr'1is sDic dHsGrntiQit, i17 Ilae lurlheratlee ttl!Ra!IrUucl'X U50, R. UI-,ok) ally mol-licig!" 01' 011 o,. nny pork ii or 1,[copsee's Focilities to rlalother lormlion on Ntallrootl I'mparly, U errrsor and Licaatsee shall exucrc�e n Supplemrtitial A#rezil .errt to ihis f'ijwline em Agmenll W doolmoll the i+ wIllImokkit(s) Erk Literrstle.% RdIllies on R. lrond PrnNdy, If' Ille Mudlrw;itk 1i)s rtsu t in Lictrtste's Favill1its itfOvk% all' of REArcend F'rapti'ty. Elvis AV.rzcmunl will Iermin 111t rrp1311 Llcerlscv% eornpicllon of _W1;Ir M0dJ rroEriieJ1(s) ring ;ill vagLfliumcros con![Ylned within the "1'CAMil` ATION; REMOVAL OF 1.JCBNSCf_`S i ACIiATIFS" Scotian yr Ilpts Exhibit 13, Ally Sr1Clr Modirm-Wmt(s) l.;U41i'R Iltmil Pritferty wilI Imi rclrnse Ll2mmme from imE IiuhiIIty lsr al Ivor obi lgatinII of 1.1mIrice 11d.9ing prior to Phil uparr ClumpimiUlr of any such Mod ffimationg to ilia Llcmufti's TncIll tIDS. Section 4. RESTORATION OF RA l rs£ OAD PROPERTY. In the Qyenl kirnimee, In nny n limes miLms or disturbs uriy lamperty of Litetlsor in .crillnecAorx will} thl colwom _lion, malillermace. niodlirca ior4, reconsiruc4on, repair, Fonowrtl, reVRintl, WiNaliarr, Or will -oval Of Limr,fcr'w, FrralllTies, ihmi, i.Jcf±msme sltall, as snan m, Jtiosslblr pncl fll [AC011850'N snle aost and exlwnse, resruro Uctrwr`s prolMlY trr the sFrnlC conclitirtlt na 1110 stlilrc Wtlfl) i 01'r RUVI1 proper13' was moved of disturb(.A SeetloR 10. INI) MNITY. A_ Darmiiiuils, AS L� d in E1318 Socha~; "Uc�msoi" iPic ltrdc-s l.icr-Pwr, its amiiaim fls.wid kheir affcers, dircciurs, 11wr11is aril employees, flab oilier railroad uonlpnnirs using ltnllra;lcl J'roKrly ttE or near ihi Irmrikm of 6iceE1ste'Y, lnvirli;uion mKI lbeir pfiiuers, dirmigrs, agi:alt.s. nn4 CtutrietYr:r+.s. 'L.icerrsec" trrchidcs U.seiiser: rind lis agents, dwEtnrCi�sub ntretl6is, srlh-�wbcurrtractoa, etrrployces; ollk v, and directors. or aaiy other person or arrfiEy a(cting.on its belttrifrrr uiider ilscmlrul. °Loss" iAr,1tidm; clatim-suiI& 1Ewes, loss. darrtagtts (irictudIng pun] Iive dumages. stniruary dimagm, nod osemplary dmungm), oQm&, almiges, asscssir cats, jLI(IgrnxtlEsr 30Rleu1e,rtS, liens, c1or1raF1rl9, flc�t30119. onuses Qf #1otJOtt, 111MS. panttIll 05, initrvsE, rind expenses of tiny nnturz. 1nr. uding cotrrt calls. miSorrilble urrnPrtrys' fees and expLmres, Investigation cosEs, wW appuid anpi se!l. R. i.lecnaee shall, E0 Ells: CX10111 allowed by lazy and th$'Iem CongiiEltiiern, rcluana, derand. Rirdeinrtfly. a+1d 11old lintrnlnss Licrnsnr rrmit mid agnIn.91 any and all Lou, a rr If g4vmdlNNL1i, fi-frudukenE, ru' fUISZ, Elan directly or indireetly arisas out aF or 15 relrrwd to Liceim r-'S riunstr'uoiion, nmin€enuncu, miodifnation, r>C%w%Iruclia11, ret m1r, rent_%M11I, r pV13:1 sn, reIHCa on, mmo,ral, pre�tiir~e, trssr 6r nravillIon trf 1.icYnsec's Fift:ilTlit :, l;rtlttding, bw nol Iiiniked tu. uri;r aicttlal or alleged: 130dii)' I3rtnu or P(eM)lull injriry (nt£IiA hig niiy emiAoiml injury or discRsu) 10, pr the ClCirtllui, rmy PCLSVn(a), incllICI ifig, 111a1 riot IIFrtited la, 1jUeTKM 1.lU sot, ally ECILtutltllHUlitrliiurts cuntParry, nr 111r fttnax. Cantrrictur subcnrTtrncterl , xtil,rsliwatrivill.;lors.4aa•ciirpfnytesof i I m forrgolgl, 2. f]t>iinb& ill 1V 111C rlietrtdinme, lc6, mb:vclni:itt, or ckmirmoon 6r !~arbOd. PU1101Y, illclulli119 IMS c,f 1.10e 11ril dimiwIIlon in Vol l.ua, inclmlIng, bU1 licit litit iLed ICJ, smy leIrwrthmull lclid 1115 5ys1cm(s) or tsbur optic r:ablc(N) on or ncar Rnilruid Proparly., noy pmr€ ei'ly Of Llr.otsee tar Llcengor, ov i1lly I,raF1-ty in khe +sari~_ CL1910dy, r!I' control cl LiwLstre nl' Licensor; J. 1 ciiiuwkl or 0rsopi(r,) I'rbnl Xaklrood Pr ijm-rty; Fr. Any delays ur in(t-rfcrenCu tlrilli Lrauk or Rnllrosrd's Use eMilrod by Lii;t:rksee's 13ct1vity0es} 011 10ilrORd t'ropa J'IY, including wIlhoul liutilnlion 11w misrrklclion, 1T1GIr111!11 lweC 1110flifJOR11011, mcinssrtwiion, mpair, ranevvnl, revision. relocation, or remDvul of Licea si!e's Focilllles or my part lEkgranr, any oallvitlo's, labor. Ittn1!3f'ig15, Cg11ip111CJ11, OF M36141ff ' Ili CQrj%PFlCtlQal tllelerwitll 5_ R 1&(s) or Isueresl(s) gyalklccI ptlrstsasrkl 10 II1is Ar; autilulst; , COnt061S MCAplliLi rFUITI I,ICcrls�e'M rijC111licS, inQI$lrtiatig %V1111 al I11a?ilntlnfl ssfiy ;361j it ar 11116ged pollrultatl, courmallna ilon, brewh, or enviro{uricnlat Xxxsx; Llcen-we's br€:ach of 111k Agi-r-TIM-1tt nr Frlilme Its comply with ilk Provisions, i1Icludirkg, bul nal llktliled to, any viot#iliort or breaclk Ey Liccllsce of Tiny relxrem)[alions and }varranliu Licensee has mniida in this Agreoweut; and Vidinlimi I)y Licensou or any I1LW, gtntUte, oVdIrJance, gpvcnlmeritnt tLdminislnkliwe ureter, rule, or rcg€tlatlon, lnclttdkrkg kvitlloql 13rni1atfon ;kll applicably I-edi!vaI Va11VaDd Adlninislri-stl41t rcguI-alions. C. THE' PGRECOING 0111AGA'I'ii)hf SHALL APPLY TO THE I11urST C TEW J'CRMI!TTIM BY LAW ► ND THE TF%Aq CONSTITUTION FOR 7'HL P11iNENT or L1C,JrMOR. C-XCaLPT 1Yl11314J~ THE LOSS IS CAUSED BY THE SOLE, ACT]VE A -ND DIRECT NEGI_IaLIN('C, CROSS NFLOLIC;ENCE, OR WILLFUL MTSCONDUCT OFF Li CENSOR AS DETEItiV91l+ED IN A I"INAU JIJDOMENT BY A c:MIRT car• COMPDTENr1' of JRISDI CT1ON. . acrl#n 11, rugu,rIrNArpION; 11ICMOVA 1, OF L) CENSEE'S.FAC)LIT] Ei 5. A. If Liounsee d❑e& moo kis'ns o Ilit! rIght hemin grrywed cut Lluecc's P.-iciGtle5 For vn1: ( l) year, fir it a ♦purism: culilirltlk:s in dofatllt 1n llu: jx:d-Prumice of (my provislon 10f Ihis Agrarcct ew rot' o peri,d it r IIl.Irly (111) ;Inyx aaA �r wFJIlen rimji,,a Ii-4)iPi 1,Imi-g u' to 1,1avlt;gee spucWyIiig suah &fau11. L1crewm- Wray, of Il ; ctrlc rl omilun, Ir.rJLlllMitt llri;: Agm6ntcal by wrllt n nutlee to LicengLc rk1 IIic address bswd ilk the "NOTICES" Aril6c of dais Agre moot, Th& Ag+'*rleJll will not 1erukk1k1tc uP1111 1,lrarasee complies Mill liaragmplis "CC " and "D" 0l'111 S SLIetiisrl JbiLkId 11CIOM T3, It11k'ilfEaluilly Tklved. t'. Prior to the elYeclive €6nle fll' any herminnlion (1eser1bocl In this Section, LictliSCC 6111MII SLIIJI it tut ;sl)pllettlltlll to LIL'Ci15kvJ milim Utility i'rlmmosi Syslorn of 11 L 11L ,#q kl FV11kA vk1' uAwllllrr Cur 1.1LTJk W0% 10111Lxvad, tkr' iI':1fkplic.ulk..1I�mRllonkllupiI i I k 11.111C: Of I.-IL'p1muc's VauiliIics IpuUtud on Rai[Fund PrRIw Ik - ("R€!aurx4}rllAt+4indojirnenl Work"), Upair IN: Ulu EngirnmrIgU ReTrresLn1.G:jV%!S rrppl;ir;k1 01' LIC011%ve", aipp[1r11ihill fur tlla Rcrlu3vI1IlAhundonn}eni Work. LjccJiss-ir and L'rwensw� :~dull mcLkic u 14CP.114[t! COM5611 dQCtInlOnt that urI11 gavcru Licariwe's perfilmiknee of the ����lkaeirll�ril��IrfiA}I11k!{;fll Work ii-LIM 11110MC PnrtiunW, € F 3 AII'DJI(I I'I't}p«ly 1101 MCHI)iC(l by roadlvd andlur truukagc ("C'nt sew Doctlr 0fll"), Licensor Nimill 11im kr=slow. the imprlcled Rsfilrcutid Propr:rty let the same or Ivsfskrlrib ly siIll 1111r coltliliml m+ it xwn&prior io Ldronsec"s iusrnllrrfion of L'1cljkv&5 Vacililieg. I:ar 11uepclses er Ihin Sc�11013. Lictia,&S (i) puroemiMbr :ref 111E R6yiavn]/A61tdorfsllnnt Vunek, eirhd (11) restamali6i, Mork wi I I ILereinn11ev be coIlemively rLfured in as Ihe."ROsfiorirriun Work". 0. 1-ollow irig Liuoisax's mliptitlian or the Rcstoi,limi Work, Licensee idja11 provide wrilleii csrtifiuiIioli Iertcr ra tJcemwr al iIic Wdress Ilsled In the ">w OT(CES" A0cle. ar III I!, Agreorneaal W1lic11 epa-lifu,L dmi IIm Rem uvalioo Wurk ha u bmii vompltled iii nrcotdnrice w]111 Ilia Corawitl DOctmicIIt. 1,1c= --Ssee shal l arporl to gom-mrmernlnI iullmri I it sj nu recluh-rd isy hew, 1111d notiJj Llcen'Sol' inititc�lirltrly if tcliy aiaviroaiiiicauaal colimmillation Is tflsmverr-d dieiing Liecimc's perrorttirm�ec oi` llie Re_sloraaliore V'I"-, Upon d1scovery, ilia Llruji5u ShQll inilltk ony nod all mmovni, rumurlini nand mEluuatiom raulions That are tiecmory to rEstore the property to 45 airigiurd, unconlarnimled COAdillan. Lir+cnxcc siraall l�rnvin C written cerlifrcnilorr to Limisor rnt Ilan address, Iisied hi Ilie "NOTICES" Arilde or tlyia Abrumant 1110 envirowtmp-ntraf runiaml fa[iuir Ixas Wen remWiattrrl arrrd [lie prof rly hail boar rt)stomd Iii acobrdance with 1:.iceirsor's mquiremenis. Upon Lioeiisor's rcceipt of Li=nmcc's reglorullon complefiaii cor[ifica6uus, this AgRePMOTA will tcrrninote. E. III thr evenl that ILIEr.F see fails 10 crmip1die Any nI'the Reslurattlan Work, Licensor rriny, brit is earl 1.41I1gatad4 to puform lhl Reilorrition Work and seek relmburmrinnt from IM Lilveosee, F. - n-mia> arou a tl is Agreement For my remQn will not aarruct Any cpr righls or abliga lions of the parties NYIii01 111ay Iinve aerrrtreel, ur 11nbii1iies w- Low (de 1`1pied iii the "INDEX+ LAITY" Stenos or lhi# Exhibit g),,irenked orolhenvkce wbieli nfny Inivc raisers prior to such ItrinIITRIJGPI. EXHIBIT 1JINS1lRANCE RrwrlxrKENTS I ii Ticcorslarlce with Arlicir 5 cif lhis Agnminenl, kiccmk ce shn11(1) proturi, and rnniTAaN al il5 sole watt uIld c.Nljco b. Ur (2.) rt±{ita m its ct)(11 °E1tE01,3 mid hUhcowFaclo;ro €D pmckim mid isiMumki. nr Ilie Ir soh: Cost Wid expcans , dw iollowiag Fnmurnnac covarasgc: A, G'ommerdril General L=inlrili€y lmsuranre, CummomIal goilu al habllity (CUL) Nvith n LED[( 131''FInt Jess 1ha>'n S2.0O'D,CJOtl c1101 OCCtJriUM: rurd [Ln r199IeCgL110 Iirnit O it0[ iess lhitlr $4,{1{" 400. C 0 L kiiarrruli{ rtiu}I I w +'++r Uuii on I So ocmicralwc form C G 00 01 12 04 (01- 11 sua)slil[lie Will pfov Whig r(111ivalelll ar4.C'rluc), The (�gjflwy ITI all ILIyu L!Iminirl tlrr foil nwhig.eridtrrsera>cn1, WJ IIC 1.1 M UST BE S'FA,rr,.D ON TH E C E,RTI111CATIZ OF INSURANCE' Cdwr dtunl 1.iabfltty RniIronds ISO Form CU 24 17 10 01 (or n suixsilnue t~{}YM IITOV WhIg equivalaml wvonp) Showing "Union Vaciiic� Railroad Company Pj'k)per[y' LLS the DeSiDnaWd Job sil . B. Bmilness Auionlubile Cuventac insurance. BuRinuss. mko sakel'Rge 1,vr[111en L541 ISC1 Ioum CA 011 01 10 01 (nr -i sulls[illilt! rornl pi-ovidIng e-q 1M18111 IhibiIily covLngv) %vIIh a IiruiI a1 1101 Irss ; 2.00I},000 Fnr Pac1L liar Wr11r,',LL1{I e=c LATA1gL! 1114rti1 ir1el[acic liabiIily ;vlsirig orrl of aay it{rlo (iaMWirig owrLecl, hira:Ll. ;1rid tlmI-L)H'11;c{ JIL111SI. T[1c Mulkey nIto coill uiIk 11rt rolIakving C1Wk)Pq L144�IFI$, WI-110I lu1UST 13L: S"I'ATED -ON T1JE CCRTiFiCATE Oil WSW R-AMC'E; ' Uuvc+rngc For Ceni in CoperLLiarrss I I L CommeliciI WitlF Railr*90s" W 1'arrn CA 20 70 10 �1I (or 41 sul stitulL; farm pirvyWhig erltLlvaleni coverage) showhig'Wivn 11gcaf,'It~ Rnip[Fond Company Propriy" as the Dv. ilgnmed Job Sk. C". Win'kem' CiumumnsiL[tnn and Lmnldycrs' Linbility limurum n. 1; ovi:vrlgc mlwsl h1u.400 bul 1101 he II11tita<i 1w. I,iLrcnvice's s1Il1ulor,ti- 16bility under ills "rkers' cai>'rpinnikvi him of [1rL: uftctiL d by Ikk Agreclrreri[, L mpluyun� Unbility (I'uvB) with limits of at InA MO,DOO ek-h k6dalil, S500.000 d6east pullvy 11111iI S,S Li,p00 cis+ 1, vmploym I i' l.iecngzi : ih nelPnstimd.,evklim" ofmit opprovat mid excess %worker, campmn;alion Evvelbgo moy ho provide[- Covorlage Imusl irLelade liLLhiliry arising oul of the 1J, .S_ Lompluveniva's and Harbor Wookers' Aut. Iiic ,1n1>Ies Act, arid Ifiv, ICam ir1Cmtal Shelf kaiW Aci, kr nupiicjiwe I}, C'mit'ImmLCmal 1,11#4IIily hisilrrLFile P. I fluirarmICa1'1111 Lc911I Lialufflly 111suruiac JELL. ;rplslitiatllr± Its hodlly iLsjur-y', j1Akj7eriy 41rlrrt'Qw. Irlrludlr1L hors 01' LM' of damaged pl-uperiv air L7i propul'ly 111u1 ha.; 11m 11OL11 physlUffly Injore(I LYr duti iroyvd, VJunrsul) eaSitt, Laud defBiBei , ITLcluding caKIS nncl ux114 wc.R iIwurued Iar Itic i11veslIptiL'H1, r1a.*RJ2W, 01-s61ll101:11011 0fChLiMS. 04'c011rplirrnre wiill 5111.11.11c, AI ir1 milinwClioll ►Vill) ally IcAs gwising+ lmin IN insumd's prfor1kimicLc under ihi!i Agmcmum. Extmpi.wkh resllcel in iI., illlliis yr iiisrlk7RCE, and nny r!ghIs ar dui its npeei Fv.a11y n5spled to the Iirbl nimied kmired, 111is. irk&UrrkrlCB nittsl apply il-� iF e+lcl1 rlr1med insslred iveru tlle. only named Insured; mad sel amicly to nca IId dltiimal insure{I :Ig.6jT%j wJ3 01 041im ix IlllltIt or -'Ip11t i& brought. Cov'Utlive x1llllr brG 111111moliladl III kUi nir1041 Il Pli-Il least S k00,W per Irsss, Mill nil W111LIal ikg'g*rtI IC oral least Aiiy rdI1W.:livV dUtL' Ulkfaliirulsll; 11a ELL hi�Lij nnuu VgWrlLgt; rrutEd;r ilfe nsr1J.4y Iniul be Uie srllne as Lit precedes r11e Erfertiwe I]nil< nl- Ihis Agreellient, iillil C011tlrnt01.16, r:0verlir riltk5t be imininimod J`nr a Ircrlod of flvc (5) yelps begln+iilig rrom live lime like wimk mider this Agmcment Is Completed or ff cbvcmgc Is ernme lied for any raasurl ttic pulitiex extmidvd disceivuy perind, 1 r any t+rlll be exei-GNcd For II1e plaximi111l time .111oivccl. 2. Ratlroari Praletilve Ll ibiliity r31suraace. Ucamiee must inpillwill fur the JurArion of ivork "lZaArand l'roli;ctive Linbiliip" irl mince twriRcn on JSO oci urreme roan CO 00 35 12 CH (or in 511Imti161ic f0m Iirdividing egiliVal all I Cov ffrlgeon lichnIrIir 1.ievisor only mi nf1111Cr1 fmmiretl, svllh rt I i m i t tat' rlot less Own $,PGO,00 Nr omun'CIICC rllid mi iLggrugnlc, of i,00D,00. The darmIll♦aik or "JOB LOCATION liIiiI "WORK" on l4c de.1tmjr iori pagc erllie poIIoy shniI rer'ar is Ili Is Agrecmcau and sllnlI rle=ribo.nll WDEIC 6r DPERATI.ONS purfnrmed m,der this Agrarmorit, NalwillisinndIng the li egoing. 1.1censea dn1=s NMI !kl' d Railroad Pvoloctive 1-41111lity 111aprailte nfkr l#s illlllal nuneruulinn work Iz CDiTk0ICIe and all cxecss nlnlorinls linve betni rCiiwved from Lfccrisor's prop-erty,. PROVIDED, I]mvveor, Ilom Lir-ells". snarl plYlcure-smLh'Cavef€;gz fbr nny BkIr soiltiCrll mil inlennYlne. mpiir, tvkewa1, madlftItion, reconstrllwIon. or 1'dIIIovoI work oat Ll"iigo&a 1,ncI1 irirs. i', UikilivelIn or Lxem IILNiiranee- If 1.leeriset dltIIhics Ilnibrella or excess pollclog, and thow LI131iui IlimP "Nlow J'tirm" and tw56rd ito Imm rrlvtrngc than I lic prlmary pulicy. C)IILev Reg Rive nli:nts 0- All palii jr{ies) itgjdlmd nhrsvO (excapl biliAMMS rk *11DUC, wt*kdri' eompansation riled onployars' 114itity) mtk54 iataltadfe J.j"W433- as "AddiGiblial irmumd" usi3ig ISO Additimal Irisuracl Lndorgoivi cn I CG 20 26 (or subsiilule forltl(s) piovidi rig equivalam coveraga). Tlir euvenbr pnivlried to Licarksur ris Addilion411 Ila:cUrccl &ball Tim he Iirnirrd by !..licensee's Hi3billty Under Ille illdonminy provisions or iN-% Agreemogr- L,�fl'I'1 r LIC L19SOR AND i.ICENSEE EXPECT THAT LICFMOR WILL BE PROVIDED WiTI I T1IE, BROADLST R)SSIRLL COVERAGE AVAILABLE BY OFIERA'I'JON ()P LA W UNDER ISO ADD ITIDNA L INSURED F0.RM CG 20 26. FI, !'tL111i1VC d}FjM,-kgcs eX1;II15ipn, If -Iny, must tic delewd (aml the do[l:lion Ilrrilemed oil Ilse carNflcatc of IilSufiuTi C), U11168,% (it) losuraliuC Coverugl: I11ay Ivil Irnvrully ba it'L Ldnerl fur m3y punitivn 4111r1mguh: iNil ImLy #trim, LI11iIt, r this A�piv mvilt. or {bi aII puiiftive daii4ngm tiPLti pralWbIterl by ill mFilm In vilIich IIil Agrefum sikt will Ue per onired- i. Uumsee walivcs n11 rights of 1'4'.CovCvy, gild ils insurms also xvrliwe all rights of Ai111:090&11 Uf daoingtzs agninsl Lieellsor and ils rlgvim officers. directors and ernploynon; li}r d2lm13Fes covered Iry ilit: }va}rkcrs' r;nnpumalien rind rrmployers' liabiI irr or commarciaJ 61akbrulr.5 or exms,5 I10bi11ly obtalned by 1.itcioyce mlu[Tvd irk Ihis Agrrtmulr, 3whcrr perm hIcd by Mw- This waiver muse be s4ated un iile CEIrIii14Liit crl' 113:i1II'll]Xe, i. All UL91traiwe pollalei PmPRI lw wrimni by U rtprltahle ioNUrallCe Co11711aray aeceptakilC 10 Licensor irr MIIi a current Bcsl'!; ILuIi vnnce GIildr Rating or A- and Class VI1 or batlar, and amhoi Ized tip do bmriness in the alare{it) iIL iwhirIII the %vork is to be pra'r'omied. IC_ The I;ecl Ibu[ Insurnikcc in olrttaiawd by Licerism wiII alai he L; milmd 10 releaee Or I11P11inisli i1w Rnbillty of I_icciisee, Ipidudilig, wlihout liniiintlon. Ilahklity under the hidewi*y proviidopr of this AgmeiLien L. I)ruilrfges. i'rcownihIv by L.ieui-nor froin 1..1censaa ur any ihird ptiriy wiII noI be iimited ley the 111154,irtII r_,I I I rrr.ILliITLl IIISk11111MC cnV41r119E- I.— L.Ir.cliscc is allnwv d ro reiidil (self;irtsukr.) In wlwkI nr in lmrl imy 3namnuo uNigntion MICIEL I.bis Ai rLU113EJ}I_ Any reiclulorr a17kkil be fui (ILL: ucCount of Litxriseu. If Liecium CICO& rU lulkiin ( clf-il�slncj hk 3wl1olc ,.rr i16 J7irr -11}y Ins►Irpnce rqulred by Ille Agrei!nwui Liceiksa� agrees ilin1 it shall provi tr luii4'4ud.NOth Ilse Solrtir PovcrEFge Illar WOUId 14M iiCC11 pl'ovidsd ro It by 41c a'OgU1Md cpi> PIE4.6fli Instirmeo %rites tend t_:icc ike nbuined' ci7nitneraini in�ilrnnce. I;Dj- rill coverage pal rew reed (iloi saiF insILVEd) i,ireri:.ee �Iiatl 11414-01is17 Ridirmid %Y[ ll cudifuFitos(x) of inmir irm, 4' uculed by tL duly Ilt111tr rJzgi 1! I-Cpresentiitiva of etch insurer. $11mw1ng compIinrica wilLh Ilse Insurnnce agtiirernnnis in Iltls AgreeLt "I, F KI-113111" I VoldrtrWo. 3065-77 CONTRACTOR'S R1GUT OT, ENTRY AGREEMENT Mile Posi 244;15, Dal Ins Ski bdiOsioil Lovit0n: Porl11.' w-J11, Turning (bunty,'l'nxais Tlii-,CONTRACT0WS R i G HTOV RNTRY A01RCEMENT ("Agrtaiwal") is,rnode and ea)10red 111to wl Of ilvc day of , 201_ ("Effeeiive Dale"), by alvcl tiatwara:Mr UNION PACIFIC RAILROAD COMPANY, n Uelawaa'a: a;or rnilon. !o be addremcd ni 1400 Douglana ,Siruer, MS 1690. Oinaltu, Nebraska U 179 (" 1awllrasaid"), wid , to l ft addivsscd at "ContrflclrFr"), rErTA LSi A. RhillOAd a,vd City Of Portly Worth {"I_ia:cnsa a"), cavtcrcd 1010 111at a:ev-laliii Pilmliavr A&rca wni dated , idulif-ped in Railroad's regards ns Polder No. 3065-77, iaieltdlavg nny nmcndmews air anpplcnvenis ihersra ("ttnllmad Agmeativ w`). cas overing Uceee's coirstrtaction, nrr�iitteMM�MtCi , and opuratiopi or n 66 ineh S:M UM9ed l llxrgkks 1�1Mtft+rc: d polymvi- stiviige pipeline only. IncIMrcllaiLL 111 V Mippur101iu11et % WgUinml ror [tie openitlon iof sold plpedat: (colleetlyely. 'Licensees traacililles"), MMcross Rtilliool's red propciiy, iruka e, or oilwr fuciklllt?x lncalod In roil Wixrih, 'l'waini COU111y, SWIe Df Tuns ("Railrond Propeny"). The specilta: r lllc:iticvnr, alKi Iiaitilcrl purpa3�it ltkr Llceaisee"at facliitJns on, almig. kr %s and wrdbr R.iftril PraMperty airy de5orlbed lit end sliown ail the prinl and SpccI III eni ions daicd October M. 2017, aFlnclied litwa;lo ns ExlkiW A wid iiia de a pri helwf, B- Cpniraxglor haa� treen (tired icy Liceagee to piaMirn7 ail Lii owes FnciJITiez lwnwd on gallrcnel Properly ("Work"), C, Rallmad Is %w1.11ing tit pumil Conlruclor in perfirnn the wark sthbjccl ta) lilt terliis wid cD Md11 [mir a!' II+Is Agmenwga i- IT IS 14lUTUALLY ,GREEN BY .HIV 1) BETINE EN 'nI E PARTI ES !{li.RETO A FOLLOWS: Article C. IlFigN]TION OF CONTRA C:TO1*;. For pwpgsa pf tabs Agrecmcal. all re erene-s in rlus Agreemeill tar Cuidmutor will irrclikda Cpritracipen. cwArnuturs, sulveen(raMrs, uft1rk!M. JAg(!nh glad a MPtOyaza3, Rild adiers nctia3g tinder its Or 11MGfr tstallir,riiy- Arllde 4. RAILROAD GRANT, It1�HT, RalIroad hcr,.�i)} graiaiq ul. CokllnwLor duriiag I I w Tcrni (tic 01wd below), and 3taltject ta) thv lcr r' g mid condi I ions ol't1Mik AgrLars mil. Io enter upon an J1aive Iingrrss to and egL%ss fr6m Rai trbad Properly for that sole purpose III" performing the Work. Cokitrimor nclann%v1ed1res asdr[ tagmu,% jtlat Colitrracterr's Iaodoranrlala=a' of ilIL' Wauit 14 5trl4,tly ilililcd lik [(tie ork d.usudl.?md in Ihis Agreaiinci)t. nr iis dcniignoted Ivy Ra4foad's Hold Rk:p tsuPlt►alivul, Avticlu3. TER M,TFt MINATI1,4) . A, This AgrecruCrl[ will e(1I11111K1ICe OPI IIle h'fiactivre l.);rre ,1110 ►will comtImic for UPM (1 ) year From 111u tSileclrYC IMIL, or uniit Small lime AS COIt01Wtor umilpletcs tllu MwLz. 4w6lcllvver i, carlkw ("Term"). Conlraclor ;,gnces ttp n4ilify IIIc Ra4llrLNid'& Ficltl JJretar,selltollva:s In writing +wIICI1 II tins cfflilpIr:lud Zhu MA. 13. Tci10wipETlsIztlWii1,g Ilrc foregoing, tllis Agrcement may bt ttruilnated Icy. cllfi ' party Da ton 110) dip tl+riIit! ri q01 icfc 10 II1t` oilier 131u4y. Ai'delc4. CON 'DR"S COMP LJ[ArgCC W MI CENERALTER 11� . conlracIm. mpru�,c r and warrants IhnI Cniliraainr will Ariotly crinlply Mill tilt tcrm.5 ullcl Cottditiunts scl [trrtl1 Irc1'ciII, ineIEtding Ilie Qmwral i'ermE� ..aild C'Prldii lortis, Mar hell lie rel0 n' EidlIbiI D rind 1UL-t& i part Iiertmi', in 115 perJ6mim=ol'illc Work_ Antic 5. Q0N'r11_A_( 0R'S COSH'S FOR PF U FOR MANCK OF THE WOItK. Contencror dia111 hear III[: enl[re cost and expense uJ- perfuming 111e Work, um--tudn5g rcimhiimumtnt titaq cum sG forrh in 1Jie "C.`ON"I'lZA RAYS I'AYL%4EN'I' OF 1✓){PENSES" Section of ExLtlilIBor[11is.Agrceaim E, ArekIu 6. EN51.IRANCR, A. Dirrlolg 111c 't"e1'nl of Otis Agmealant, Conlrllatnr xholl lblly calliply r}r cause (IN cal1lr�I! Cr�r{ } 141 htlty rrtimply willr Ilic [wan arikx Ilsllrtirum iIs 0mvibcd in EshibIt C, WIAcITCII 119rel0 8FK] ilrude a earl hereLiF . Coil rrncrul swrlI. -wrid capie% t)r,iI Insaratace drWLluIL'tlW1i011 {e.g,, cer[ir1eal[esr cltdorse�rlertas, cIC_} io Ra[Iroad L11 tIIC addruss 11Sied [11 1IIe "NOT[CES" XIIb1I uI` this Agivenwit. 13, 1r C:o11inictor is. stibjecr to strattttc(s) Iiiniririg im in><kinimc 1[nb113ry and/or Iimiliq its P61My to obw1n Jusura1lse jI1':QUtj1j)1 MPU1 wiIli LrhlribiI C PC lliis Ag=iiPulll, IWin slatutes sha11 apply. Artid 7. ATTORNEYS' FEES, EXPENSE& Alf D COSTS. If IIIIpliml er 011wr i it wl -ivbn oa- simlIm. ntljlldxcatory pToceerling Is ul idurl lik 11 by {:anl?Ile 0r or HaiIrund in vuI'nrre its rights mictt'r INis Agi etnent, AI fees, i oO u. JI11rl unpornws, irw' Iwling, wish0I1r Nani[aflon. reasoalnhJe MtmneyO f6zm awl vnurl ca,'1s, of 11m prt.vrltilnK I'mily In such r14: ion, SNA, r}r IrroccedIng 01a1[ hL, m1mburLyed Or prod by Ike Paar[y a1gall5sl whose lm1 resA the Judgment Or decision is. midered. 'Ills pmvimi iis-.alr thi-� ACHClc MIMII strri+WC 1`11c.I"ll1i11111i41I of illig P�gMftltltl. Article S. DIStl IS, CJrIP CQNrIL 'QUIS EMIAL.OYEI , At ihv recloest ar Rnilrow, C'olitrlclor may rernovo r'rnul Ct;>;dlponcl t'lxsjmly uny employee of C[71111'$W1Lt1I' W110 ta111-j 10 k!r,arli rl11 to I In I I Im ri lu I i k1w; (A 1W11rmul',� Field Rerlrrscrllntlues in omim:cI kxr wIth Ills %Vffk. :Ina1111NY I itlra nI L'tlrarmd10e slMI1 I41; NgN11C&ICd LMIl 1 911r'II reI114w411 IMLO VICCILPO ud. Upov cx4�vtrtInn of IIds AgrccinLw, Cdnlfncl tur 0MI pay to Railrund a arse-11me`a€ niWsirnrive fte or One, Thausruir! Cxai[AN (SI.M0.00.), Ks ntiniburstinew r'or w,ilrcmef's udir, inisunti ve processing ortwE3 Agmeissant. Article 10, NO ADItDiTTONAL CROSS FNGS GKANIED No additiowil w hicolnr errnsa p {incltbding 1+arils€rrary 1knol rands) or litclustrian crogsilip 4wrr RnAknad prnpeily will he 111SIMIO try (if jPSt!d by CnnLnCt0r %VkhQUI IIIr` ♦-riot WHI1011 DlIJI OVINI 01' Article 11. IWAIVFJZ 0I+ 13JIFACI1. The waiver by Contractor €rf tlw brench of nay conditlon. rovca 5w or agroemDw herein cortlrti od w he kept, observod rind purfanned by Contrnctor :shpII In w kuy impinir IIIr riglit of RalIrond to nvaTI iisvif of tiny mmmly for nay strbsequeni bri:aoh thefeptr Ar'tfiA 12. ASSIGNMENT. A. C'oiftactpf shall nol this Agreement. In %Yholr ur Iat part, or nny righis Ihareiri granted. willioul the wriilen aorlserlt of Rnilrood, xwlilth mum bp- n.1aniod In wdfiji- by CDmMr-lor. Any U5[1pimetiI or alIampled trttr�,CvF of Jhis Agrcc�Iir.w or any ni-ilt& rights 11arein granted, ilellticr,rC,hullnry, by owalIoil of 1nw, or uthcrwhi5 , W1111DUt Rai 111JA l'S Written e011sent, kyiII be ubsolerlely VDW alod Iaiay resulf irI 1R-JII'Mu1'M terriSlnnI heir nr Ihis Agree,iienl piiviumv ID Iho "IT--RM. TFRMINAT;0N Sectiuo nr Ihidi Agrt�enienh a. I �pnn RMIri iwl'� trrlIIen v'misenI I any as-l4nineW. Ihls Agreekneni %A11 W binding r pDn wd h1ure tuthe berserit i fliteparlies tlrurcto, �uccessurs, ]wIm,:iild rta inns, exocutors, i-lrnl �idiniiiIslvolors. APt#eke 13, SI;YERABILJTY. Any *vision of Ibis Agruamaill.41*11 Is dLuIcmiwd by u court or cofnpotenI jilviadicilann to bo 1vvall €l or onujil'vrcenble shalt be iwalId or wrrrifuracz blc only to last ex(ani ofgueb determlPintiimi, M 0rh sl ail iiui invalidate orotherwim, reader 1neffecrive my ulliur prov18iOil 61'111is Agrecinelil. article 14. NOTICES, f:xcept Cnntrncrors corki mL ncement or work imi4!tis) a'eclirired ririder IZx}rUI H, al I ntlwr ntallces mquired by 11)1% Agr=Tiwal must are in rvriiing. ;1p1d (1) persuriully scrvrd upon Iho buslriass address IIme:d MOW ("Malice A€idfum," j. (ia) SCIit ovcrnl�hl vltl cxlJresf dBlivery tV h utltiormlly reoogPiW- I erva~rnffellh delivery wrviL:e sulk as FL! dcnO E%pra:ss C€Irpomiiorl tier IInIl{d I'muel Service W Ilie Nniloe Address. nr {[ii) by cerl1P6 emit, rerurp receipt I'Lqueslrrl Iu 1110 1Jrrtivc Addrerw l'Nwilight exprmw; tic 11Yary noilCe5 wi II be deemed tot l,e glveli upuir rcx;eipt. Carl]iled mail iiatices %vlll be deelne€# to be I;iMi ilirce (3) €il,va after deliosll tiulllr thw United Slates PosinI Sni-vice_ IFin knilro d,. Hilton pacll-rc Ruil mad Company Atln, Aiwilysi — Itcrd E4trsti I Nillln:3 l.1'oldor-No.1065-77) ;41) i Woglr�s Sired. fvI S 169n Ono in, Nubs An 68.171) Leal f.-:nClFyj�plr��' Alin: IN W1`I'W�4 WMWC850F, lh4 PRUWS Imm- u I]IfYL'caused TINS Agmeniont CS} $r l'xc%uled its OJ' lllc t2rrevl'Ive TAW. A Dkdl VJtJrd' t�url,ol`aillun By T10. ax;_ 'rwin LIWGA1. ENTITY NAM ri, NON-FLAMMABLE LQUID WICROSSING PIPELINE 11ENCRQ CHMFNT Ca 130T11 i x �� I #TChSG , :A �u I �A}IfiC 4]F r5 r � i�IKt531#rG "� UESCRi BE � ! o�$[Irl6E .. (D.-r mi► awry I r i YEID .onr�i<1 MIME MAU CROSiIHEi TRhCK I W Rrd Trlin oiibr `Jn. ldAB .1w. RL AN V141- dba m Cft&jm IIIPE SECTION � t:1f�liltlt IIIPJi qu i, im,F NOTES- i) ALL memp mr mEmipwv+`EFPFKp1r.11k.dr# T{l IHF GF..r11 SRI,IHEOF I RAI:R 7LPiPPCATOAMA VOLUNO i. CHAmEH i P MT 0,RETI&PS I 4d 4. OLFglu r Caltrrr 111ACK MKK r1. i — — — �rl. 761 F9• I { r k CFI im ri, I~ Ky—- - UIICH 9]eJu r 1 • I _ r F. rT. LQ1�1�1 p1�IFJpE CROLAa0 iUuf hd ni 1•IEh100 (1F TkKML,1.1)T1(01 ru14 ELINrs AI 131st.Fa(M UNrEM INr 11F TiThCK TU VWr FIgrnofk�i.imrj1T BUILDING AMERICA" ♦ri SMS PRI]W0-13-e Al WMAUM SICWr VY1U W Flf"10901UrTA7c13Asuwe Q1 C4[Rlip Wi1LRri4Q- FWaMaisPnnd-- EEnerPwu; JF REP.CLASIS Y7 ►+ v C4 4Mf T r TO OF. C47NYE TIV MMw Be E_ X Id I B I T nPr RATHINAL ME55URE R PSL- rit50R 1� PSI. WM-L IHrCI4#JESS LiN�klW 804MJLE ia§ . IIJMMETEri 80 1". #rI,IC�Ij1VrSlQllloulubuu — CMfH0D1ClC0eMP1C E'R[)Q�LTIr1M ►To E1 Ca5[NG r•115TER10hi �i�urEL �.IHEWJM T, IF ITM CLhS5 4P 1L14At LE FIGr+J CdSJtKi ;Ir13[r Ara F1. W11LL TH1LKkESS dQ-7m [K WANCTER 65 WkWIC/EDAFING PR0IEC1RN PJA EASING PIPE JS arMO IV hr� D10S. ri L115TAPICE FNQN CTHTERLIME ilr: TRACK rp r4EAR TACE OF 13CO[440 hTV JACA OF, 4114� WHEN rdtAVVEU AT RJ9II ARbLEi J Tf .4u T V,F: hvmwir Ma p,1l11iE LAT.- v.F"3LenkmP E.S.M.i 1lAUy+Y6l 1 Oh[G,: arlrl�odslxa HF_4PREST r ItY: CUUM1 Y; 5 [ AT1; hF�f'r�:Apl�r r�rra�4toarwawTly r11.E Na, onw? [DATE; #'(]'1 HIF CONTRA C" 10RS ItIC;L, T QP EKINY Scclion 1. 1.1N1ITA'flftlkl A IND SU13URL)INATION OF RIG1.1'I',-, GRAiVTEA A. Thq racgoing gralll is 111JOCI AM riLibr,rLkhlalC la 11w prior gild cr1nihining rlghl and obiigalfiml of RaIJiond la tisc nlid mairlti1111 its onUrc puiperty IrielltdJng 11Lc rIght ii nd pus%v& cl' R{L[lr6wJ to canstrut't, mrliotuhl, rC13Tfr, rcj31Jw, utin-L Ilffrare, change, modl.ry or relocate ruflrOnd tmuky; sl��al, c0n1111L rolcution, Ijbtr optics, or aAier wirefiues, pillalinos and {stllti- ruciIilic�.rrpon, along ar across any or ,Lll Irni7 .o rils-proper[y, [LIJ or ruiy nl4hIch nlriy be rivOy dote ul any Ilinr t or 1huts by Mailroad %Y1111Dilt llabilky to ConlrncJor or to nny pdiuv party fm- compensation 33r drouign'w. 13. The riimgplrig grnrn Is nlsu subjeci 1{1-:01. ou14t0rlding stlkrcrlor r AM& (ilrvlutling I110tic ill favor of 11ceii-wes mirk It:m"s oI' Railri:Nid Propulty) nntl Ihu rlghl or Rnilroud Io renew mul extriofl Iltc Swlie, nntl is mlule whilaul 4iavmufl nJ' ON or J i- fltliul Mijoyincilt. I1 shnil be Conlruciorii goic ONlgalIon to LlWnin such nddlfinpuil jMTllTJss]On, license RPW ATJ11115 PWCO�Slil!V' On 6CCUL111I ;IF lrly nrLull e!cMIng r1 111s, Sec ltou 2. NOTICE OFCi7I4'li!'1ENC EIYiENT OF WORIC, EMERG ENCIEEL A. Gontrrlctor Is siricrty pollibiled front communeing airy Work on Liccnsixs Fuililics w 1111001 TtrL FUELLIS wrllten appr(PAI HIM the wofk will he in siriel o�gllpllnpr[:c Willi (i) (1kc "PNC1TdCFf 11Vt3 I CC UIRFMf'f�TS; F}l:IitY11't'S" :ietll��oa ofllle t{�IiCr rttl Ie rneLll, mid(ti) Ihi; Exhibil1 13- LJp011 1411I1`13ad's app1'0,+ili, C'omricIInr Mut11 conrncl Rn11rord's Fit Id RieprtsciiulIivcs tit Iunst ICn (10) gays befuru cnmmi nlcerninil aCany Work sit L. vcn c's Fiei11tles. 13, Curllriw1or sllrttl 11D[ Ci7111MCM12 iLIY %V01-k LLIL111; (1) RalUMILl 11M dVWr61ilTlcd whelhor llagiing ov otlLer spec Ini pwtee iIve or surety wensuras ("SnfeLy Mensums".) are itclul red for [mrforimant;e a1` [INC Wiwk pLI1'sUPW Io IhL; "FLAGGING" Sccliolr of This Dchiiril 13 and ppovidcd C'tultraaor wrivan Tall hvltmlloll to cotnpllcil c Elm Work, Find (2) Coillrnctor Ilos compll l xwhh On "PROTECTION [pia I'I BER 0P77C Cr1Ill, R 8Ya'I'EMSO Sec LiGn oC talks El x ihit E. C. Ii, rtr -illy li111t . un dilit' gIrl3f'•y arises i1lvrlJull1g Liceriseer:t Pouliki4S. Coii1rutor slut '11 alliTir liritely cW.act R1JiII7nad's ResVosise Nlmtlig rilont CMM M1MiIM1!0115 CO RICU rot (998) 877-7267. Sedion 3. FLAG C INC. A. Followiq colitwulols nulicie ki ftMINXtd's Meld Rcpre13er11t11iv0!; rcgL1Jrxi midor the "NOTICE OF COMMENCEMENT OF WORK! E.NTERGENC;IT.:S" section or Iliis Exhlbil B- R.lilroad xholl iPiiiyr111 cow ractor i r s.Lle[y Mimsurcn arty rcquirail. ror perrorilLmuce f]f fhe Work. If SorNY i4fi+IL~uves art* rtieclull 1, no %York of aq kirid n10y In perr'ormed by C=Dill rr1c1o1- Or its Ca11hTCUJJl aj until arrtfngemenls 161- t1Li.� Sa1e1V rvN.-INuac:s have IPee,, r110[Jc nrKI scalechpled- tf roc SL1Ja ty Mc.iglLms Tire regtlireil, Rlt ilrolrcl will L±iVCCD111r11c.10V %30 W l rL1ltll0AZfit10u1 10 C0111111C1ive IIic Work. 13. Irtury Sia1�1} McusIIIVS rirL! liti--{-Hitt Lrr priwiaL.d by Rlil-Q.1d, InelhLrfillL, Itiut 110t 1i111itVLl No linggag, Ulrnnsl Nhall hilt C'onintulli r rfir .suc31 cypilges 111Curref1 by Rallrrnd, unloss Ailill-oa x mid 1I 1'edcliil. Stme. or lixal governLlx�dtL11 iz01lly 110VV 41gL'eed IIIr1t (tnih[rlttl is iG hill 5001 t-X11LA:nHLVS to 11W feclor:L1, AWL, d1r I0CLII LLNWiNrin)cllrnl ciit4 Addltlulill l JnhJuilatl0li rnpkd lag [Ile sub MNL;ia111 0f 511uh expenses by lWh'O-Nd rind paYMIS111 Ilren:of by Contractor czn ba lnmld in Ilse "['C}NTRACTOX'S PAYMITNT OF EXi'ENST-S" Section or 11tis Exhibil 13, If Rallmad p6f6rmx nny Sarety Mensums, Corimtaor agfucir Illaat Coiltrrtctor is ttat relieved of nny. car mponsi bi I wies or IiawIities set rorti, in 11,is Agroalila sit, For a"gglog, (lie mite of pay per Ikons for each J1 tYiiI be the p)-ovalIIIig Itoudy rate in el'NmI Rat till tight-I1uYIr day iar iIla class of flagman tiscd during rLgklInrly nsislgnecl Furs end overtim-III Ib cordapce xwiih Maim Al .relzgilFnts 31id 4cheduleM in efl4a;l itt the 6mt: Ilse wvurk is performed. ill uclditlLilt lu Ihw eosl of such Iabor. n cmilopmiile inharg; ills vaon lion. holiday. IiumHh Havel %velrwt. AupplorrkcntaI sickness, 1411road Rcritemtmt nild werpiploylnviii Winpuimation, slippleneerYtal porrslon, Sniplgne: I,ia tillily F7 W r"rrrperty fl1114139e4 --l"d All1­nlrllalrErli4>II Will tM irYeltuJr:d, cmiriputc!d an acturil Imycoll. The c4rF pof'ltt ellargo will be Ilse prevailing Composite cEearge in etfeul at the time liar: work is parromied. One rrrxl mlc-Imlr 11me- Tht eurresi knurly iatc is Imid for (wcrt[mv, Swurdnys and Sundays, ulsd Iwo and one-m I r i i vies correnl hourly Ynlc for Ito]Ways, Wage rums are subjecl to change. nt any Iilnc, by Intiv oi, by agritcment MLwaen € AIIrDad cmd its eniployDus, and may be reirrmclive as a resent of negol ial ioils or a r1IIi1 , or all aulhovized glow-inllnerltnl orgitey. Additional cI mger, niti iclkror are also sW)jeot to OnngE:. If Iltt: %va:t rrYle or additional charger, nre changed, {'.ontraclor (nr Ilee goverrilnfulml entity, Fu naplicable) iliall pray vn the I)slsIs crf the new sales tend (ileaefgm D. to Railradd %will be reiluircd Cova6Tig Iha: full elshl-hniii- day during ofil h rmy MG"! ,*r it lbmishad, uniess tltd ilE4 mr euit ht =Agwd to alher vollvpiul work dsrria g a 1mr1lori of s11e11 day. int winch everil M11ltbatm"letl4 WIJI noI N required for Ihv PDPtiDn 0r1110 day (luring wilM1 Jhe [Inlgger is arlgaged in oilier rullrood evork Reimbu ment will also be mqulred for any day not alculallly %v rked ley Me floggers rollew11% IIM Iloggei-gr assiglfintriit tD ►Vark nil the pru]t' I. for which I#rtiiraad Is I'aquired to pay IlW flagRem 1W. mhlioh cotild nbI reusonubty be nvoia�ia cl by Rnilroaid b n%signment oJ",�rlclt lla ggers to arhkr work, even ihouglt �'t}mmetor Fufly Yma be Nvurking during such gene. When ii llecom�s TirCessary Jar Rallroad to huliatin nncl nssfp alit ernplriycc In o Angging posiliori in carrtplirll= wirll imloll ilw1vi:l1m.01'11ling ngr einCnis, C:uitlrnrtarmagi provide I1rlllroatd n mTYlinetlni of Rve (5) dtlys Irollcc pallor It 111r Ecssmiun of 11w n6Ld ror n Ilagger, If five (5) drays notice of vcs" ion is tlut given, (''MI[FJC101' Will KIM lu requirM ate ling llagk( mg chA gar. for ]Ile dnys lhrr Jlpggca wns mlwdi led, €well rllnugls 0againg is no longer rL-gijlrcd fear tlialt period. A n add it anal ten (10) dw not]ui� mull Ihen br avtok to T{inroad I f Rregglcxg services are needed ngglpiY nRcr sucic rive day c nllon jiollee has-hoan given tp Itnllrr.Ytftl. &vdcm 4. SAMETY. A. Sorety (if Pv1-. oOn114:1, lai r)I.Criy, niC upernlloras azracl lilts prilxlIC ist of PRIATIM 1.1111 imporlantm In tllc prosaouiNn a any ward: Lill foal Ironed Properly purfarmed by C-Drelr.-W't4r, and Ickes precedence over my Wark an Licrlts o's FnclliliEs to be performed by C:orlliucivr. Cunarantur xhtall be rmLl 111NVV fiat hlitJ*ii1Yg ill ntilaining mill stilli'rvisi tg itII %l1a Y upel'a1tlt11is joitl ptogmns5 ill Uaaronarutital1 with r1r1y Work on Ucvwice's Faroilliles. Ctutllwelor and Its carurrPutol Shrrli, ;it 0.11sillinituY1 ai~inply, Willi E dllrand's 111211 run-Cni safely stalldardi InCII(Ed ni ilte bcluw xueh naldrtss ("Rullrtrbd's Sof ty Standards") to Ln}surf: or[ ifar nil ly iviIiP Iha snfvty sinndar& fni1mved by Itrtiiroa€i's owre Iinw-m M n part or Comractar's sorely re-zliun-91 hil i 11ts. Conn raiCttkv tihnlI wilify Rill Iibitd if 14 dkotCrlaliiiLs INil an y 6r Reltrood's SaIbly Steln[iaeYds are cnitlfary to good safely 11(aciieus. Camtruetair-shall ful'nigh 0;0l}iCS of RdillVa10q Safely Stnndnrds to .mr-It of Its emp]oyms belbre Ihe:y enter It-tdlroad 11n5perly. Gri)[1-!AA-A;vlip 4ilinCipll*W'L:pl4ri''H'iipri81!11100Ir1�Ali1e41k1!n:I11n0WLj&_ 1tL4urr-3IJ,.YNk�IY{Y'�>4t i1�IntLI 13. Coillvaonr Aall kcetl the jab Fitt: nn Railroad 1'r'rrpppty free from �arety and healifl llnrarcls. aaod vlsrlre lbaa Clseir clnplgcus rim eompetew aid mire uattly Irlitiltid In all satf�ly rind lieMth o5pects M tlrL: 1r vrk. C. C6111fa!aclor rcpresbhl5 rilatl wftirlltil4 Ihnt rill purls Of I.itealsce's rnollitirs whifin and attisidc or I Itc Ii11IiLS L}l' RalIrand Properly will 1164 iowrloro %vlaaust]cvar %Y111i the 4uiisiattl, con Iinuato, aiid Ord 111101'rulatcd tug of the IIuA5. 1irupeoy. and facilities trf Jt.iiJroad r aald rLnLidfig shall bu doflu or snflcrod to Lw dons by CunIrnctorut ony 11nnv drat-6youId In ruly irmniicr imprlir Ilse 5-3f ly thereof_ b, Raiirond's opum icns-rtafrl %vork prlrAlfillrcl by Rol Iroad! s' persorincI rixay cause Mays i11 Con tritctQl'S Lal- 1IS colHriidor's Wnr} oil Licrose&B FacifiIia5, f.milvrurar mxepls 111Ia r 5k mid 4.gives [lint Rallrond shnII havar nn IInbifIty to Cori Imin [or or Iny ocher person rlr cnlhy For any siicit delays` Croniractor n111w1 cnardluale uny Nvurk no Rilleond Prof my by Comracksr or ,il])' third IrarEy NVitJi Ii;IEJroacl:g Fielai IWI-a1L:5+:1tlalliws Ili 91rim uninpiittrlfe tvi1N the "T�fi�'rwis of C'(]M;YiENCl:�rJfs'Ni, or WORK: FMERGENCIT„S" SOL:IIon taf Ihis %01lllt B. R Rdtmad SNIJ IIRVC [lie right, if Er eta elec15'r to pfbVido imy guppol't it'deE�nls Ilecmtfry for Me quiloly of Riiitrond's uperaitlons mid tfucltagr_ during G, rLt wtru's perrortnrtni�r of 11ie Work on Llcusee's PRd1iIies, I n Illar event RhiIrnlLd provides stlara sirpparl, RrdlrowJ silo€I INIVOita Contractor, and CDissfaCror 3141 imy 10iinxLd u sel rnrIll it) I11c "CONTRACTOR'S PAYMENT OF lEXPE?MSES" Seeiitan of Ibis Exhibit B, Sect [Lin 5, PROTTCTtON OF FIB ER DP'r1 C CAQLE SYST NIS I"iht r o0tic'uaabl syslentif nuiv Ire buried oii karJirrtul Propoly. Protevilon of the Iiber oplia wkbitt systv11.5 is of cxtevilr imp4rimlCC! wind: iwy break vot11d t116n pl XMiM to 1110-S resttIIIlib 111 WAne , IrltfiYlNl]tii?i5 tinel loss of vvvernuc ;r1id pr{sJils- Ir1 nddirlan it; life notilkeadons reggiir%Ld Lla dvv L11r r'NOTICE OF COMMENCEMENT OF WORK: EMERGENCIES" Sulimi of Ibis EAdbit 11. COntrnetoL' 291101 terephnilu I1niIivad during, Liormal litrsiiLess hours (7,00 &Fil, to 9'00 p_nl, COW ral T1Lne, hh(MIr}uy Ihvottmh Friclny, axi�epr ror ho1'sdays) 1i 1-?,00436-919] (ulsif as 7-duy aiumber rav autergeocy culls] Icy deteripine if FUr c+Jllic cable is Impied tlrryrvJaere t111 RuIlrond Prtlpel'ly To he used by 11' it is. Coiltrfactor spoil t'd phurse the Irlecomwunicallons corltpnny(les) involved, rind nrinnge ror a cable j Jusoor, Franke urrntn uricrnlS for rolun ion nr other pl-nlreliorl of tJ1r fikitr opile cable, All al Coilit-a3ctor'5 p,perise, :and %Vial nbt Ci}FITILit! FICL' nny work oil Rai Iru ad IlImperly 11rilil -r11 smuh IPralLcIimi ar its 00:al Ion Nis i been eouiptined, Scctinn G. C« JNTRACTOWS PAYMENT OF JG'XI' N: q A . Conirieror shall bear lire enIire t:osf niid espdtow brpfarrarrrsinu Ilse W,nrk chit Lluuisee's F,iolliks, iricluclinl; leirnbriNcivaiii uF [my cosu sel Iorlh iii fhis Exilibil 9, B. Culltriletor. s11.1[1 liMy pay fur nil irraterinls jtliiii-d. nitixud to amd labor p�r1briucd Lila 1011road Pl-opeMr jn 001115CClior1 W-1111 Lhe W(A- Lin Liccnsoc's 1'acdiLlcs. fetid sI)alJ riot pt=mill of suffer any Illuohnr11¢'5 or infilery1T1Ili nil' I barn IIrJIIly 14iil J irr Ift111trc I Lv cn 1bru ,tl iLpinsl the prolserly fur iiw 1Vork dune or Llwltrinls Itirllluhl:rI 111crCx11I nE Ills iWill MUC: 1rr 1"1LIrs1 or 011 be111111' nf' Coil Irr 101'. Un111nwirlr LJta111 Iu kmplly pay to diwLJLurge ;11[ inxtn, cluirps, artd alssuSsrilens leviul Li#1, in respuel to, or on ,Lecourll of Llcvimy c's FatcI IIIlcs, Ira J$FCVL;ai the "� iric IYoni hccnining ii dinv c or IIvas ninon tiny prDpemy i } F Rid Iruad, Dud art 111M dwr Itixel. NO titiwSffliwllt', IVviud L111011 J)a' la tu,�Jwet Lo 51wh pooptay Hitall nut be lrrcrruscd bceausc of t1w kwalioil. {'or1StruCtjbtn, ur 1Llaatnte0nna>r of Liccitscc's Facilities or Emy InlPUM-11FLUIlt, 13pl1tiL1ncc, Di 11-NAL U at3LlnECIIE{I thffftiVitll pJaced tipii 2=11 prapuri�, ar on account of Colliirtt'nor's iltlef'-m Lberalil. Where stLch IRS:. Clkarge. or aNsem5munt iuray npt bie sepnrlteJy ni-,Ldc ur nssi�sscd to Contrar-lor but slrrrll tit included ;, llru asta.-znmit orlhc property nrRnllro€id, Him Ofintmetor ftll pry to R,ailr'ond aui cquliabiir propdr!.101) of sMb 1ur:es by 111c vnluc of CuitrncloCs pro party. upo,i pxvperty orTWIruad acompared wish ifie entirevnlus of%uch property. C. As .so rorili In tha "FLAGGING" 5culion of 11us &OAll H. Coirtmplur shall have the 4giti. I r it so clocts; to provide any SnPety Measw,e� R IIImd deems racu-gsary for the.safeLy of Railroad's 1YPCrUI10115 and (CaCkhgt! dklrin t'�s�iri.icrtsr' LIT 11� wllrui:tur's porfurnulncu of flit± Wark im Uutinsne's FINC111 ics, hiiclud llft, btil M11 iimitud ID MITI rvinkin, inspo:slinn, iind nxigginb =rViccA. In the cvow -MI I and pruvklc�s steel, scireiy i4lc=re3, Rrill ruarl shall su unit sty Wanti2rd Inv€fief to Contra ior's nol let rer 1111 11 ljstcal ill 11t4 "NOTICES" ArlitW, of 1l4is Agreel»errl, Contmoor shall pay to Rllllrmn.d the iatu3 funq)LL l I'm led on nuch Invaim wlllsin lhlrty (.W) do-9 or C'miir aru''7 rR'cMpt orawh IrsvrsaM &P-Hon 7. R)C5TORAT10N OF 1RAILROAL}'S PROPERTY. In Ilse want Contraclor, in any mrinneF in owes or disturbs nny V-uperty or Rai Iruad In eonneerion tivitl7 perronnnil" nf'llse Work 1)11 1 lieensec's YwillGes_ IIleFI, Car111rnetOr.sllnil, nS 3oQ11 as pnssllkle i1t1d n9 Cait11'aelor's wale cast r,osct expell5c. M511brrr fiarilrend's prop rty. [a ilsu snnxe cnndiiltus us llit Sallie Marc lie Fora sluch proporLy wtr9 moved or dis#sii1hed. Suction S. iNDEMNITV. A_ DctlniIiohs_ As uscd in Ihis Sectioii: "Railroad" includes Ravaisti its tffFiilintcs. ils and ,Heir oiricers, €limtwrs, agents wid.onpinycas;.Mild 0�1e1s rai[mad comp dies {rS11ij; Railroad Propm%y ni sr near th; Jocation(s) o.r 1jQcn5cc's Facilities and Their orficers, directors, Wses, and mp.loyees_ 2. Toolniour" i114ikles Owli-sw im- imil ki` agenis+ taint-lclm, auticcHi1mL45rsL, soh stixl oirlracterrs, anipI +yces, officers, wd directors, w oisy edwr pencoti us antl.ty ntiIng on 1is beIulk' ur ulsder its corur«t, "Calls" ifltjl des c111in7R, gluts, wxes, l(jss: dtirrtngus (ine3udirrg PutlRlvic elsrnnges, slaiswlary drimnges, and rxcngptnry darnitges), coSrS. Wiarges, ass ssrr�ents. jst€tgm nis..satllcrrscrtrs, liens, demands, Fictions, causm of notion, fines, imnaltiest Isstemst. and experlsps of any rlutl.IM, including courk Cods. rcasonablc iiuurnc:ys* rcos and expun5tkS. irrvestiga�iprr co�u, alit! �jppeal expenses, B_ Cuistluctur shall rrlcusc. LfefcTid. inikusnify, wid hold lui ntitess RnHmnd !raise and nVin91 may alul all Lot, evi it 11' gm;rtiellcss, or rstl:-ia, II1:u direv-11y nr lntlkidly Wises au1 11f nr is rei€oled 10 Ctiritnictoes performance off he work On LIcuaNce's l'sPdIlliws, i11cluding. bilt 1101 1:1rniI1:j Io, aq wale! or ral leged: I. BvAl1Iy burro or 11CL'sonvil Inj61ry (ine1kiding airy einOional inj€try ar clist nsuj t0, oi• 11w €tealh or, nny fiel-s€e(s). Imluding, bol nul 14111W te, Conrruclor, KaWcf d. 1111y iclewnimunications cotrlTwy, 01, 113G 1%cnls, "rirraatnrg, Ru conit7tctors. -�orsukiaitlRr imo or cinpfoycgz) of iiie rtJrcgtsing; 1 C)alrrngc tr) iir IhI- LiNturbanct�,luss. Itit+viiauril, 01' 11C%ructiiA1 of ct R1111rou f 1'opri'ty. int.l lf. ing Iclas of Im uild dirt IUL1litlin in whir. Including, hia rfur likuiled io. Lill}' Kir.*t11{S} eel. 1`1114!1' nPllc cablC($) on tit hear Railro, ad Prop rly, any property oC Con rractor ar RaIIr V, or any N-DWy iri Ilia: cart, clrslody, ,rr coliti'Grl M' 0ultrflutur w, Urdimad; 3, RamowiI aflfk�l,9orr(s) frntn R(LiIf&ICl Prp i'ly; 4. Any del nys or Jntcrf6cvc,;.ivifh If=c €1r TU11Tp:1€f's-rai[road operaiiom €illstd 4y Curift oj's netlrity{ies} on R-fdlroad ProI}er'ty, Indtiding wilhow Timlialion Elio 4;[111AruCIID11, mnkIlennnec" mudifrcal on, teconsilmCE1€ 1), rapair, r-calewal, reviKiiuf, rel"'llion. ol. w1koval of I.iun,ce's Fac-1110cs err ai1y part tltoa'car. arty RrIiviIIm Inhor, IliwerinIs, gOil]IT MII Ur 1IMUI'd 1jC1-y i11 CorijU11Cti€M Iha:rcwfIII ; `+_ Righl(s) rlr InteresL(s) VMilCed FL1r.�E11111r to I Amcc rpicil Czmeltts o'gcA}Ilav' from Limii� ce's frlciliticS. IrEulu()ilig %vltl1011t llrnittltibil tiny RCtMi Or alleged polTWI'011, CORMInitltition, breltclt, or envilolnnontnl L€rr,s; 7_ Cot�ir cior's. breacll {ai' this .Ag-facmeut or Jvhrre 10 Comply NV1tll ils J7r�V�aiolti5, Indudillg, burl nui IFml(�O to, any- vialnbn or brcn;h by CorilrWof of any rtel�rrr a=ttl;riioHs aid wrurianlics{;anlYou lorluwr ado in this AgrcemL-111; rill! 9. VbInlEum by C61ram' r ('I` 1I11y 1mv. at:ltule, €Irdfrla pica, goVoritrn0111nl 11[1ut1r51sirligvi a L%krr, rlflrr. Or (L-gillkillnn, Iriclirding lvltliotal lifflhElun r11I appIJcahle Iledeval RaiIroand A Jm inklm Inn iaguIatiomz. C. THE F0JREG0THTC DBLIGATIONS SHALL A11MY TO THE F'UU,[-;5T` L XTFmT PERNUTTED BY LAW MR THE BENEFIT OF RAILROAD LOSSES CAUSC-D LlY, ARISIN FROM, RELATING TO, OR RES(!L,'I jNG FROM, IN W 1-101.2 OR IN PAR f, 'f I IL. N w"T'IOE-NCF OF RAILROAD, AND SUCH NExLICElswCE OF RAILROAD SFIALL NOT LIMIT. DIMTNISI-1, OR 11REC.LUIM CC}I 'I'RA I' -W'S 06LIOATION 1-0 RAILROAD IN ANY RESPECT. tgD-T'WIT1-ISTANnI✓ (i THE FORGOING, SUCH ORIAGATION TO INDF-I'+INIFY SHALL NOT APPLY TO THE EXTENT THE LOSS IS C;AUSCD BY THE SOLF„ ACTWE AND WRECT NEGLIGENCE, OROSS NEGLIGENCF. Olt WILLFUL misc{}I mi r OTC RAJI.R AD A5 DF-TERMINED IN A FINAL IUDC MENT BY A COW10' OF {`.'C3lv9PFTENT JUR15DICTION. L .H.IBIT C TO THE #.'C]IV'E`RArI'ogs RIrwr t err rN,rny In ;u;cars ame MIJe Ariicle 6 Gf thk AVieetrlcr11, Coivavlor aludI ( I ) prucurc and rrtalnlain 4u its Me cos# aid expenw. or (2) ivgljire kls imilmulum vied biilicemlmrzrots to pracurr and muln[al pi, Lit 1hajI saila� 0031 nrrd exItelfse, t1M NIIMiTrg 1119ti1'nrkt:c UM-MgU: A.. CommerciriL General I.�#abil# y Is►sekr acc. C;oirrrrMarcini guilcratl liability (05L) WWI a 11jull of not less Lhan S2,1000,D00 ench occ;urrame and nn nggreple 11mil of anal less thmo $4,000,000. tat, insurance must 1-Ac written on 1SO-occurrence corm CG 00 DI I3 O+I (ur a substatutp form providing egoivulem cpYpruge). TIw pollay mml :11un cow-Mn the folly+w1119 nclors+:rfkt nl, WHICH MUST f3F STATED ON THIS C;isl01FICAT9 OF INSURA NCP.: Cvommciunl U.0b11Ity Italir'mds Isle foam CC 24 17 10 [)I (or a subrtltutr Itirm providing tg1flvnlaar4 slacrwing "Unim Pm1fle Railrolki Campmiy Fropuly" ns 1110 DesianalcAl Job 511c_ 13. Btesinr-g .AnrprnDbile Cavarrtge insurniruu. HkKiwss uuto covcrago wdileri on ISO Ibrm CA 01) 01 10 01 (03-.ak SkJbVilLitt rOrrn providing cgtiiValeTu 11nbilily coverage) w1tha 1{rniI di1a2 less $2,000,000 for cock aCcidant, and ccvmBZc meet irrciude Iiability wiring out of any wild (ilkcludIng g;vned, hired, and 11on-otwm:41- 13WA). The pulluy must cvnImP1 the following tuWoiwmcraiz, W1.11CH IVIUST 86 STA'1 FD ON 'N-1E CGIMF1Cf.+TE OF INStJRANCLc: "Covenupr rur Comin Operuilow; I j i Con neciI= W11Ii [tnilr " ISO rerm CA 20 70 10 OI (or a stales61ril� forni providing equMilcol coveruge) slmw4iig "Uti[oil Pa OfilL. RnIImad Compairy Pmperly'p fls the Dr-sIgnated Job 5lic, C. Wariterm' Cnniaarraotign cmd _f;ntpNwgy a' Caohi fty Iiistlfunu i;orarrr re 1t]tls[ include bal not be 1imw,lled 1— - - Cvntratta6 sla futo.Ty 11411iiy wider the %vorker"' cnmpem4 Gory Imv.4 of 141e staic(s) nffected by tick Agrvemcni. E mployei's' Liabl11ty (Parl 13) wh11 1Im1s 11rat t+aaisl $500,G00 e.-wh accldcnl, SSt3fk1000 11I$USe 1rUHLi y IIIMit $Strp,{W $ncl] empJnycc, it c6nirru:t6r [s .Pell-itr,tu'mi, evirlontc csr niata opprr,vnl mui excess worku's' cumpensaliorl 0Vdagc ttt M k ptovidetl. Coverage mUSI i17CJutie liubiiiry ruiging tjul of the U.S, and IInrbbi WWUe AW. Ilse Jones Am nn€1 the Oiler Cnminenral She If L.nnd Ac-1, Ir'nppJic-rrbic. D. FFFVIrnlr.tnrcllto.l. I.auWIRY 111s111-11rNce. GnVironmemaI Lo t Liability lnsurance (ELL] upplicablc to bu.dJiy injciry. pmpce ty drult4lgc, iadud6iH . loss or rrsa: DI thulltl� pi-pperly or of prvper'ty that hn5; not 110cn physia:ally iTkjurrd or desiroyed. cicrmrrp costs, and defense, Irkritiftig costs .find Lnpcam IIiinirrcd In iliIt illi,vN[I&ilion, defense, or %rtIIcmcM arclaiims, or coltlpliance tiwItlI stariutu, a]i in eurmimimi %vills nny Im-, ark1up, from the iliMkI%c 's I3er1501'10 uec kinrlm I,Iti-ki AgreEment. ENcr•pk with I'es�ccr IO khe Iintllx of GnslIra nee. nml nay I ighIl L or chilies i1Yrl Iliciiily iI44ignud Ju Iixr iirsl nfllIled in.,Ili ell. this Inmunnce ww it apply IFK il`i'iICII iiriFltcd irlt,tnct3 %vero ills 011ly "All1CJ utrMud ; and sepi,rlrlely to the adttilioitul frlsulW against %Yliicli claim is rltrrcle yr suit Is brought- coverage slrrtlk be J17{thimiitea ilt lill nrIlcuill ofal k-1s1 %2-000,000 per Cass. Willi nn unllkrul agUegJlae of ❑I lerrsl'S4,000'Xo. Cciwaictor warrnnrs ihni smy ra-Emiclive ilulc Applicable to ELL iitsiunllce covernge ultdcr the inIley is tiro Srmli: Its c1T preceikes Ilia Met! Iiv* f?:;(e 0r Ihis AgrcculCnl, and titsl 00111ituajou5 {;rvcragc tviII W ritairitoinod for a period of Fve (5) yirnrs hegitnurig firoai IIle dlrie the Work under iIll s Agrel;m&W i5 complelej Irr I uovvivgr is erlticeEled rcri. Silly rCMQrl tit! FpulieiUS t%tendeci tt]sevvcry IscrlLid, irany, W i I I he e,rCrsisetl fDj' the I1ltrx]FFltui1 Iiinlr ctlit++Mrd. E. R:tilIMP41t PI'otecliVO Uplillity Lei ,yiinve, Caillnicier mull mahtluiri %i ICIe ckrrari&n of kuprk "Raili-md Protective 1,Inbility" lavirrume wrllica ❑i3 t () morreupe rorm CO 00 35 1;2 04 (or 1i sobsdtWe (0Oil provtdiiig equ1vularil cowerige) uii high rl l' OJ` 114silroad oisly id Iiamed imured. wiIJI n IimIt i�f not toss Than $2,000,000 per r nmerence and iirl it ►gieple of $6,0001 M The defutlficin of "JOB LOCATION" acid "WORK" an the dealnmlkm page of Ilse pinky sltull refer lu this Agi-comom nrld shall tksaribe r11l WORK or 4.IPMA'rlOt+l'S purormad rrtmour this Agreelneur. Notwitlrstnnding ilia foregoing, C'onvaclur does nol FFLCd Miilroad I'rulpj�live Liallllily lusurnix:c Idler its iFiRiJ1l r:OMN'uctitxr work is col }tide nitd ntl cxLeez.mnteria.Is huvr beeii r�omoved rrom 9tillrond Properly, PROVIDED, li-Dwever, Iliml (,'0I11FnI]L;)V 1111111 lIrrxure auClx envvrage 1-or gljy %0l uquenl vv.pnir, renewzll, modiftcnami, cuonSllucliiin, or millrtivFFI work (m LimIB-te's FmiIIIies, F. UmbrcIN or >4rrtc*!n JAmironce, irCcmurnslor-ii(Ill2ks umk6ila or �x si pasliales, and kklesc Pi>ticies musk "roJIuw form" rind a i ord Ito Jars CovC Lee iImn t11c Prim Etry P0116y, [ilher ltcr7alifcrrlent±; All policy(ire) VCsluined nbovc (i:\CUPT 111.15irinS MIWIFIDWC, tivni-kcrs' eonpurisaUon arid CJripluycra' k111l,idty) ITIUQ�t includc Railrtsrrd at, "Addittotial Insured" usiiig ISO Addllimml 1rlstrred Enduisa mmil C G 20 2h (drr sluts itute lilrTlt(s) fMMid10V- MItllWrtCrd uvivunige). Tlw t uvcrage paivicIM tit ItuilrL).W nS Frdclitiomil insulin 51mll mil he tlmhtA by (3wilrutai's ilnliillly under the iiiclemnity proviaions of 0 H 5 AgrCeJIIt'n1. E30TI-1 RA1LROAD AND CON TRACTOIR F.XJ'FCT 1l.1A'f RAILROAD WILL 81'. I)IkOVIDED WITH THE BROADEST, POSS13LE COVERAGE AVAILABLE BY OPERATION OF LA W UNDEIt I S 0 ADDITIONAL I NSIJRFD F()RM CG.20 26, t-I. Paii11NO dillnngcs rxalrtslMt. Irany. I10ust Ile deleted (aA IIIe dMettoil indicated 41) tho verwiC.itte or irts,mca], 11n[Qs5 ca) inskimrice EvveragC 1nny 11ol lawhi€ly be obtained fin any punitive (hmjiguN 1hB1 rivy ariK finder I h K AgTcame.Itl, nr (h) till punitive d umogl*s we pro hi1) fted. by u I I slutes lu Wlik11 01is Agreement %virlI be 11 rli]rrl10dL ], CrrFIIYJIM1I' ivalvos all rl�ils ;if i'euc,Vrtry. 4Ir1L1 its. it somrs 111$t4 xvuive uII tights 01' 5Ullrogiilion of (famages ripi.im Itatlmad 01111 il-i tlB411II5, officrn, difxsr:lufK Lard +'mpluyees for dilmitges CAVeFcd by 1.1m %v0I vr',2' Cana}lli lur;Iitr1il .vlil e[PjI11fky ff,' i Ah1jr1y IN Ct3111rr1CnCIRI ntttilretla Or exctxs liMillily ehlllhidd �y Cramraclor I14Iulrclt In dih Ak,Iv:r lmnil, %while pO Tnllte!d Ely. Iu+'r, fIA'i +wuiV r J1110 be SIIRN cl on tkie cord 11cnte uf-iilauwmc. J. AJ1 Insurawc jiubuics imma be Wr]Itext by .tu rep(itnbld:. killurapiC S corrop my oCcopluble FD HIN11Ivad or Ivith J1.C1wrm7C tip 4IF} Insrll:vtiee ($aide t{Ilting a)rA- alxJ Class V J I oc betleu. and nutJlarized io da liminess ia1 117r. ;imicl1) I11 %vI&[111u- svr ' is.tst be perfo> med- IC, 'Elie Fool Ihnt insurance Fs obl&ied by Uoulaici r 3aill nnl hi: decuined to mlease or dull hilsh Ibt llnbillty ofCant ruc#or, ihoIlid! ng, tvi11Wtwl IImRMii3if, IiabiIity under the 1pxlvimally pruvisionm or Ihis Agr flem. DmiaDgcs ctuovernble by Railewd froain Can�r;9cLor fir mly Ililyd perly will nol be Iim40Ivy likeainotuwl oI'lho: rquimd insurance ovemAe. Sycamore Creek Relief Interceptor Phase II Addendum 1 CITY OF FORT WORTH ADDENDUM No. 1 F TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS 3 FOR SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE II CITY PROJECT NO. 02200 Original Bid Opening Date: Thursday, September 19, 2019. Revised Bid Opening Date: Thursday, September 26, 2019. i Addendum No 1 Issued: September 16, 2019 S ' The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted on-line and can be viewed at: Itt ll r ee oint.l iz w c i I�x rcr[/W%+ b/Hoine/index?folder--2376991#/ bz rest/Web/it em/items?folder=2376991 General: BID OPENING DATE o Because of some necessary updates to the Specifications and Project Bid Manual the bid opening will be delayed one week from the Pre -Bid meeting. The new bid opening date will be: Thursday, September 26, 2019. Sealed bids will be received until 1:30 P.M. CST, Thursday, September 26, 2019, and will be opened publicly and read aloud at 2.00 P.M. CST in the Council Chambers. Quc tin�rsl `larileations at_Pre Bid Conference on Septemlaer it, 2019:— — 1. Will flagging be required at the railroad crossing? o Yes, flagging will be required and issued as a separate bid item in the following in Addendum 2, 2. Will insurance be required with construction under the railroad? o The contractor must obtain railroad insurance as part of the railroad permit requirements, 3. What type of manholes are being bid in this project? o A standard concrete manhole with epoxy lining and a polymer concrete manhole is being bid as 3 1 Sycamore Creek Relief Interceptor Phase II Addendum I an alternative to one another. The bidder must choose one alternative. Fiberglass manholes will not be allowed 4. Does the odor control unit proposed in this project require an electrical component? o No electrical work will be required with the use of the odor control unit, as this is passive system. Electrical work is necessary for a positive flow odor control unit seen typically at the treatment plant. The odor control unit is manufactured by Calgon Carbon more information can be fbund at this link: Iron s: wvwwicalpyncarbon.corn/aptalttaloacts/U5-VENTSOR14PE1.5-EIN- E1.Pdf 5. What are the expected flow rates at the .function Sox at the end of the project? o The anticipated flow rates are shown on sheet 21 of the plans. It is up to the contractor onto how and when they will set up bypass. The Contractor can use both manholes at this location to effect his bypassing effort. Bypass is only expected at this location. 6. What is the anticipated start date? o The anticipated start date would be approximately 10-12 weeks after the bid opening. The exact date is to be determined. Because of the holidays, we anticipated start date of construction would approximately be at the beginning of the year. (January 2020) 7. What is the quantity of Type A manholes in the project? o The manhole quantity was off by 1 manhole. There should be 12 standard 60-inch Dia. Manholes (Type A) instead of 11. This error will be formally addressed in Addendum 2 with a revised bid schedule. S. Shouldn't tee -based manholes be used instead of Type A manholes in the project? o The manholes shall be as shown in the modified Type A manhole to effectively allow a square 2'x.1' opening as required the City. A tee -base manhole does not comply with this requirement. 9. A point of'interest that was not mentioned at the Pre -Bid meeting was the percentage for the Minority Business Enterprises (MBE) goal for this project. Reference section 00 45 40 of the specifications Target goal is 7%. 10. Another point of interest is the emphasis on the pre -qualification requirements for contractors and subcontractors for this project, Reference Section 00 4511 of the specifications and the additional information provided as an attachment. Proiget Manuol; Section 00 1113 Invitation to Bidders shall be replaced with this Addendum in its entirety. Sealed bids will be received by the City of Fort Worth Purchasing Office until 1.30 P.M. CST, Thursday, September 2e, 2019. Section 00 45 12 Prequalifecation Statement shall be replaced with this Addendum in its entirety. 0 Major Work Types were added to the Prequaliflcation Statement in this section. a I A 0 9 Sycamore Creek Relief Interceptor Phase II Addendum 1 s Material Supplier Forfar for large quantityitems were added to this section, Appendix City of Fort Worth's Staudard Product List has been added to the Appendix in a new section GC-0I 60 00 Product Requirements. o Refer to exact callouts on the plans and specifications for materials not on the Standard Product List.. The City of Fort Worth's permit for the Union Pacific Railroad crossing permit has been added to the Appendix. o Contractor shall review all requirements of the permit and familiarize himself/herself to all necessary requirements of said permit. Information to Bidders: This Addendum No. 1, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the saute. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT A '"KNC}WLEDGF,S; By: Ac arrt l.uns or Title Vice P_rg.si&JJJ_. Lockwood, Andrews & Newnnrn, Inc. A LEO A DALY COMPANY GREGA. VAUGHN ...................... 122593 _4 City of Fort Worth Tony Sholola, P.E. Senior Capital Projects officer, Water Department. Texas Registered Engineering Firm F-2614 By; r 3 1 F f s Sycamore Creek Relief Interceptor - Phase lI Addendum 2 CITY OF FORT WORTH ADDENDUM No. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II CITY PROJECT NO. 02200 Original Bid Opening Date: Thursday, September 19, 2019. 1 Revised Bid Opening Date: Thursday, September 26, 2019. 2"' Revised Bid Opening Date: Thursday, October 3, 2019. Addendum No. 2 Issued: September 24, 2019 The contract and documents for the subject project are hereby revised or amended as the following: 4 The addenda and updated documents have been posted online and can be viewed at: l tt s:// rc ect- i.�rtt.bcr7c aw,� cstnl i�! rest/Web/Home/index?folder=2376991#/ bz. rest/Web/It em/Items?folder=2376991 General: t + BID OPENING DATE o Because of some necessary updates to the Specifications and Project Bid Manual the bid opening will be delayed one week from the Pre -Bid meeting. The new bid opening date will be: Thursday, October 3, 2019. Sealed bids will be received until 1:30 P.M. CST, Thursday, October 3, 2019, and will be opened publicly and read aloud at 2:00 P.M. CST in the Council Chambers. 1 Questions/Clarifications: I 1. Can an item be added to CCTV the lines that are to be abandoned? f o Yes. Bid item will be added for pre -CCTV Inspection of the existing lines that will be abandoned. 1of6 i Sycamore Creek Relief Interceptor - Phase II Addendum 2 2. The 18" line that has gravel in it, will it need to be cleaned prior to being abandoned? If yes, can an item be added to clean and CCTV this line? o Yes. Bid item will be added for sewer debris removal from the existing sewer lines that will be abandoned. 3. In the pre -bid meeting, you mentioned that the contractor would be able to "lose" material onsite in the existing bunkers. Is this only in the bunkers within the ROW or can this extend to outside the fence line on the golf course? f o No. Only bunkers and other features inside the proposed influence area. Outside of the areas of influence requires the special permission of the Fort Worth Parks and Recreation Department. Contractor is responsible for any restoration damage outside these limits. 4. Note No. 1 on Plan Sheets 22-25 for the Junction Box Details call out for "All interior concrete surfaces of Junction Box shall by epoxy coated per section 33 39 60." Are we going to be coating a Polymer k Concrete Junction Box? 4 o Any exposed concrete or grout will require epoxy coating. The junction structure's interior does not as it is specified as polymer concrete. 5. The odor control details on sheet 35 call out "Ventsorb PE Cannister (Typ. For 2)", however the web i link provided below has several different models available. Would you please provide us with F clarification as to which model we're to utilize? o Ventsorb PE Model No, VSPE-200-C 6. The concrete path is listed with spec 32 16 13 — Concrete Curb and Gutters and Valley Gutters. Is this the correct specification for the path? o Specification will be corrected on bid form. 32 13 20 —Concrete Sidewalks, Driveways and Barrier Free Ramps. 7. There is no detail for the concrete path. Are we to use the concrete sidewalk detail 32 13 20-13546? What is the thickness required? Is it reinforced? o Yes. Cart path should match existing. Reference Port Worth Standard detail D546 in the plans. A 4-inch minimum thickness is required. 6 8. Is there a detail available for the required connection between the existing bag wall and the new? o No. The original wall was designed with a half bag overlap. Existing and proposed wall connection shall be made with proper offsets and overlap as required by PARR inspection. 2of6 I Sycamore Creek Relief Interceptor - Phase 11 Addendum 2 9. Are there elevations available for the existing top of bag wall? o The only elevations provided are in the plan and prof le. See sheet I2. 10. It was stated at the prebid that the polymer junction boxes would be water tested not air tested. Will this requirement be addressed via addendum? Will a separate item be added for this and the item for MH testing be reduced? o Polymer junction boxes are required to he water tested A bid item has been added and a modification to the specification 33 39 22 has been included. 11. Are Railroad Permits Required? If so, who will obtain. City of Fort Worth Usually has a bid item for Railroad permits and none are on shown the proposal. Can a bid item be added to the proposal if railroad permits are required? o Yes. Bid item will be added for railroad coordination. A railroad right-qf-entryfee is required by the railroad owner. Reference the railroad hermit in Addendum 1. 12. Are railroad flaggers required? If so, City of Fort Worth usually has an allowance bid item for Railroad 1 Flagging and none are shown on the proposal. Can an allowance bid item be added to the proposal if railroad flaggers are required? o Yes. Bid item will be added 7 13. Is railroad insurance required? 1f so, will the railroad authority offer coverage through their policy? If so, City of Fort Worth Usually has a bid item for railroad insurance and none are shown on the proposal. f Can a bid item be added to the proposal if railroad insurance is required? o Yes. Bid item will be added and covered under railroad coordination. 14. Will a Tree Survey be required? if so, please provide a bid item for this work. o No Tree survey is required. A tree index is provided on sheet 49 of the plans. 15. Will a Tree Protection Plan be Required? .If so, please provide a bid item for this work. o Yes. Tree protection is required, A bid item will be provided forproteetion fencing. 16: Will a City of Fort Worth Forestry Permit and Administration be required? If so, please provide a bid j item for this work. [ o No Tree Permit is required 1 17. Will we be required to comply with the 30% mature canopy coverage for the urban forestry permit requirements? If so, please provide bid items for the tree restoration associated with this. o No Tree restoration is required. 3 of 6 7 Sycamore Creek Relief Interceptor - Phase II Addendum 2 t 18. Golf Course Note 3, states to strip and stockpile 6" of topsoil and to restore after work is installed. Please provide a bid item for this work (ie: ROW Prep) w o Work is inclusive to pipe price. 19. Most manholes in the drawings are called out as Type A manholes. Usually these Type A manholes as f detailed are for straight through alignments. Most of the manholes on this project have horizontal i g g � p j deflections and would be better suited with a Tee Base. Please advise if tee bases are required or if the r pipe will be cut open as shown on detail I sheet 32, o Manhole will be a Type A manhole as modif ed by Engineer. 20. Contractor has to restore the golf course to the existing grades. Can a bid item be provided for this work? o No. Almost all work is within Fort Worth Parks and therefore will be incidental to the pipe installation laid item. 21. Project drawings show the removal of several trees. City of Fort Worth usually has bid item for this scope of work. Can additional bid items be provided for tree removal based on caliper diameter. ` o Yes. A bid item will be created. 22. Sheet 17 indicates we are to abandon 180 LF of existing 48" WWTR. Sheet 19 states we are to remove 48" WWTR. If removal is required, please create a line item for 48" WWTR pipe removal. If abandonment is required, please modify not on sheet 19 to indicate abandonment in lieu of removal. G o Removal of the 48 " WW is required at Sycamore Park. Plans will be corrected. Bid item will be t crested for removal. r k Proiect Manual: Section 00 42 43 Bid Proposal Form shall be replaced with this Addendum in its entirety: r The Following Bid items have been added or modified: { Bid item has been changed to 1,430 LF of 48-inch SN72. All 48-inch SN46 pipe shown in the plans shall be 4 SN72. Bid item Cement Stabilized Sand Backfill. Bid item quantity Manhole Vacuum Testing has been modified. e Bid item ]unction Structure Water Testing. i Bid item Pre - CCTV Inspection. 4of6 Sycamore Creek Relief Interceptor - Phase 11 Addendum 2 t i a Bid item Sewer Debris Removal. a Bid item Removal of 48" Sewer Line. a Bid item Temporary Chain Link Fence for Tree Protection. a Bid item 6"-12" Tree Removal 9 Bid item 12"-18" Tree Removal a Bid item Railroad Coordination a Bid item Railroad flagmen (RailPros) o ' Alternate A shall include Warren or Chesterton Epoxy as a Iiner. Contractor must choose one coating with Alternate A. a Bid items under Alternative A have been updated due to a quantity error on Type A manholes. i Plans: N Sheet 7 — Wastewater Abandonment Plan shall be replaced in its entirety with this Addendum; O Added callout to clarify removal of 180 LF 48-inch wastewater. a Revised Legend Sheet 17 — Wastewater Plan & Profile STA. 51+00 to End shall be replaced in its entirety with this Addendum. A Added callout for Cement Stabilized Sand under existing 36-inch waterline. Bid item also has been added for this cost. a Revised legend to clarify removal of 180 LF of 48-inch wastewater. Sheet 19 — Wastewater Plan & Profile 48-inch Lateral shall be replaced in its entirety with this Addendum: Added callout for Cement Stabilized Sand under existing 36-inch waterline. Bid item also has been added for this cost. a Note was added in plan to see Note 6 for pipe removal. h a Revised legend to clarify removal of 180 LF of 48-inch wastewater and include Note 6 to "Support 36-inch existing waterline during all excavation activity. Critical waterline to remain in service at all times." 4 Sheet 32 — Manhole Details Sheet 1 of 3 shall be replaced in its entirety with this Addendum: Added Note 9 to the Type "A" (Manhole COFW D211). "Any fiberglass Feld work shall be 1 performed by a factory -trained and certified individual contractor specializing in this type of work or an employee of the pipeline supplier. Contractor shall demonstrate usage of the certified persons through a shop drawing submittal of work to be performed." i 5of6 Sycamore Creek Relief Interceptor - Phase 11 r Addendum 2 a Information to Bidders: This Addendum No. 2, forms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT AC NOWLEDGES: AteL(InSfordV Title:Vice President nLockwood, Andmwa Nownem, Inc. f A i.EO A tiALY CU.M'PA Y Texas Registered Engineering Firm F-2614 t I X, + GREG A. VAUGHN q., 122593 #���a��> •. E /CENSER.' �a�ik'�'`,+. LOCKWOOD, ANDREWS & NEWNAM, INC. FIRM NO. F-2614 City of Fort Worth Tony Sholola, P.E. Senior Capital Projects Officer, Water Department. 13y:— 6of6 Sycamore Creek Relief Interceptor - Phase II Addendum 3 CITY OF FORT WORTH f ti ADDENDUM No. 3 C TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE H CITY PROTECT NO.02200 Original Bid Opening Date; Thursday, September 19, 2019. Revised Bid Opening Date: Thursday, September 26, 2019. 2"1 Revised Bid Opening Date: Thursday, October 3, 2019. F Addendum No. 3 Issued: September 30, 2019 I The contract and documents for the subject project are hereby revised or amended as the following: The addenda and updated documents have been posted online and can be viewed at: h[t ti ll �rrz`ec_tlx?i��f.t�c�rrs� �v.cn�tzl 1)z resm L/Haaellndex?cider a237b99I► / bz eestli�Vet/lt em/Items?fo Ider=23 76991 I . I'm reviewing addendum no, 2 for Sycamore Creek Relief Interceptor Ph. 1Iand have a question about a ` note plan sheet 19. The note reads "Remove Exist. 48-inch pipe see note 6." Note 6 "Support 36-inch existing waterline during all excavation activity. Critical waterline to remain in service at all times." i Please clarify which note is applicable to the removal of the existing 48" line. o The removal of the 48-inch wastewater line note should be Note 3. Note 6 was added to express that the contractor shall maintain caution and continuous support when excavating near the 36-inch waterline. t Proiect Manual: Section 00 42 43 Bid Proposal Farm shall be replaced with this Addendum in its entirety: ` lie Following Bid items have been added: o Bid item to provide 36-inch waterline protections and supports. h Iof3 Sycamore Creek Relief Interceptor - Phase II Addendum 3 Section 00 45 12 Pregaalifcation Statement shall be replaced with this Addendum in its entirety. A Major Work Types Items were removed to the Prequalification Statement in this section. a Material Supplier Form No change from Addendum #1. The following City of Fort Worth Technical Specifications have been updated by the CITY. Section 33 0130 Sewer Manhole Testing o Inspection Form — Vacuum Test Section 33 39 60 Liners for Sanitary Sewer Structures o Inspection Form — Film Test o Inspection Form — Adhesion Test o Inspection Form — Holiday Test Plans: Sheet 3 — General Notes & Legend shall have the following notes added to the narrative with this Addendum. Also refer to Bid Item 30. 36-Inch Water Litre Protections (Sycamore Parr) The existing 36-inch concrete water line is as shown on the plans and is shown to be shallow (Refer to the SUF information). Contractor shall use mats to protect the existing water line while doing any operations above the water line. Contractor shall submit shop drawings of his proposed protections to the City and the Engineer for acknowledgment and approval 14 days prior to construction activities. 2. Contractor shall also support the existing 36-inch concrete water line shown on the plans with a continuous support system, of his design, during the excavation process. This support system shall remain in place until both the proposed 48- and 66-inch sewer lines are installed, and the existing 48- inch sewer line is removed. Contractor shall submit shop drawings of his proposed pipeline support system to the City and the Engineer for acknowledgment and approval 14 days prior to construction activities. 3. When the excavation support system in place, the contractor will have one week to complete the installation and removal of sewer pipelines below the existing concrete water line. During that week, operations will shut -down flow on the existing line. Contractor shall contact City Operations (Russell Pior or Martin Phillips) to schedule the shut -down. Shutdown can only occur after October I" and be before May I". 4. Contractor shall be responsible for all actions pertaining to this existing 36-inch concrete water line. Any damage shall be repaired at the contractor's expense, as soon as the damage is realized. Contractor shall notify the City immediately when an event occurs. It is critical that the contractor submit and schedule his actions and sequencing to the City for approval. Sheet 17 — Wastewater Plan & Profile STA. 51+00 to End shall be replaced in its entirety with this Addendum: a Remove incorrect note callout on 36-inch waterline in profile. 2 of 3 Sycamore Creek Relief Interceptor - Phase 11 Addendum 3 + Revised Note 5 to "Support and protect 36--inch existing waterline during all construction and excavation activity. Refer to Sheet 3 for more information." I Sheet 19 — Wastewater Plan & Profile 48-inch Lateral shall be replaced in its entirety with this Addendum-. 4, Remove incorrect note callout on 36-inch waterline in profile. Revised Note 6 to "Support and protect 36-inch existing waterline during all construction and excavation activity. Refer to Sheet 3 for more information." Information to Bidders: This Addendum No. 3, farms part of the Specifications and Contract Documents for the subject project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. 3 by completing the requested information at the following locations: 1. In the space provided in Section 00 4100 Bid Form of the Bid Proposal. 2. Execute acknowledgement below and submit signed copy with your proposal at the time of the bid submittal. RECEIPT 13 ACKNOV4�.E' GES: vw,, t �--- Liuckwood, Andrews IC M & IHownom, Inc. A LEO A DALY COMPANY Texas Registered Engineering Firm F-2614 GREG A. VAUGHN 122593 LOCKWOOD, ANDREWS & NEWNAM, INC. FIRM NO. F-2614 City of Fort Worth Tony Sholoia, P.E. Senior Capital Projects Officer, Water Department. By: S�o [JO 3 of 3 p 5 WRITTEN ACTION OF THE GENERAL PARTNER OF S.J. LOUIS CONSTRUCTION OF TEXAS LTD. TAKEN IN LIEU OF A MEETING I 0 I I The undersigned being the General Partner of S.J. Louis Construction of Texas Ltd, a Texas limited partnership (the "Company"), pursuant to the authority contained in the Texas Business Organizations Code, in lieu of holding a meeting to consider the same, do hereby approve and adopt the following resolutions and actions effective as of September 0, 2018: NOW THEREFORE BE IT RESOLVED, that the following persons are hereby elected as officers of this Company, to hold the offices set forth opposite their respective names until their successors have been elected and qualified: James L Schueller President/Chief Manager Les V. Whitman Executive Vice President/General Manager David Dickerson Vice President/South Texas Area Manager Lucas Menebroker Vice President/Houston Area Manager Peter Stahl Vice President/Construction Manager Adam Lunsford Vice President/Construction Manager Justin Whitman Vice President/Construction Manager Curtis Ostrander Vice President/Construction Manager Donald Meyer Chief Financial Officer / Secretary / Treasurer Philips J. Vallakalil Secretary/Treasurer/General Counsel/Contracts Director Jim Smith Vice President of Equipment and Trucking RESOLVED FURTHER, that the President, Executive Vice President and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis Construction of Texas, Ltd. 147483/vl 4 { RESOLVED FURTHER, that Philips J. Vallakalil, as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, Curtis Ostrander, Lucas Menebroker, and Peter Stahl are hereby authorized and empowered to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for the Company. RESOLVED FURTHER, that this written action supersedes all prior appointments of officers and resolutions addressing succession of such officers. i RESOLVED FURTHER, that all prior signature authorizations are hereby superseded in their entirety by this written action and are no longer of any force or effect. f RESOLVED FURTHER, that all of the acts of officers of the Company, whether heretofore and hereafter taken or done, that are consistent with the purpose and intent of these resolutions are hereby in all respects authorized, approved, ratified and confirmed. I 0 i 3 GENERAL PARTNER :t' orris, LLC y.. James L. Schueller i Its: President and Chief Manager 147433/vl 2 00 45 40 - 1 Minority Business Enterprise Specilications Page 1 of 3 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 an this project is seven (7%) percent of the total bid value of the contract (Base bid 14 applies to Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must 17 submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2_ Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror small 30 deliver thp IVIK dncurrlt�nXatiwt in person to the appropriate elnoloyep of the purOiuring divisio;s and 31 obtain �i date/lime receipt, Stich receipt shall be evidence that the City relreiu�-d..the dpturne-rtki�tiofi iii 32 the Aim e.aI1gtated.,..A N agdfor emalled'copy will not he accepted. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO. - 02200 Revised June 9, 21315 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 3 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City goal is met or exceeded: business 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 Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid participation is less than stated goal: opening date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if no business day after the bid opening date, exclusive of the bid MBE participation: opening date. 4. Prime Contractor Waiver Form, if received no later than 2:00 p.m., on the second City you will perform all business day after the bid opening date, exclusive of the bid contracting/supplier work: opening date. CITY OF FORT WORTH SYCAMORE CRFEK RELIEF INTERCEPTOR— PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO. - 02200 Revised June 9, 202S 1 2 3 4 5 6 7 9 10 11 004540-3 Minority Business Enterprise Specifications Page 3 of 3 �. Joint Venture Form, if goal is met or received no later than 2:00 p.rn., on the second Cit) exceeded. business day after the bid opening date, exclusive of the bic opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN Any Questions, Please Contact The M/WBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR —PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCITY PROJECT NO. - 02200 Revised June 9, 2015 I I I I 005243-1 Agreement Page 1 of 8 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on L-;?_I is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5("City"), and Srxew.&rrorJ 0A 7' L.Po. 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("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 Sycamore Creek Relief Interceptor - Phase 2 17 City Project No:. 02200 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 Five Million Three Hundred Sixty-two Thousand 21 Three Hundred Forty-eight and 85/100 Dollars ($ 5,362,348.85 ). 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. 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 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —City Project No. 02200 Revised 11.15.17 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 005243-2 Agreement Page 2 of 8 Work. is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit L MBE and/orSBE Utilization Form 3. General Conditions. 58 4. Supplementary Conditions. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —City Project No. 02200 Revised 11.15.17 s 005243-3 e r i Agreement Page 3 of 8 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract 67 Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed by 77 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 78 this contract. This indemnification provision is specifically intended to operate and be 79 effective even if it is alleged or proven that all or some of the damages being sought 80 were caused, in whole or in part, by any act, omission or negligence of the city. This 81 indemnity provision is intended to include, without limitation, indemnity for costs, 82 expenses and legal fees incurred by the city in defending against such claims and causes 83 of actions. 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification provision 89 is specifically intended to operate and be effective even if it is alleged or proven that all 90 or some of the damages being sought were caused in whole or in part, by any act 91 omission or negligence of the city. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — City Project No. 02200 Revised 11.15.17 005243-4 Agreement Page 4 of 8 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 107 7.5 Governing Law and Venue. 108 This Agreement, including all of the Contract Documents is performable in the State of 109 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 110 Northern District of Texas, Fort Worth Division. 111 7.6 Authority to Sign. 112 Contractor shall attach evidence of authority to sign Agreement if signed by someone 113 other than the duly authorized signatory of the Contractor. 114 7.7 Prohibition On Contracts With Companies Boycotting Israel. 115 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 116 Code, the City is prohibited from entering into a contract with a company for goods or 117 services unless the contract contains a written verification from the company that it: (1) 118 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 119 The terms "boycott Israel" and "company" shall have the meanings ascribed to those 120 terms in Section 808.001 of the Texas Government Code. By signing this contract, CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —City Project No. 02200 Revised 11.15.17 005243-5 0 Agreement Page 5 of 8 121 Contractor certifies that Contractor's signature provides written verification to the City 122 that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the 123 term of the contract. 124 7.8 Immigration Nationality Act. 125 Contractor shall verify the identity and employment eligibility of its employees who 126 perform work under this Agreement, including completing the Employment Eligibility 127 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 128 all 1-9 forms and supporting eligibility documentation for each employee who performs 129 work under this Agreement. Contractor shall adhere to all Federal and State laws as well 130 as establish appropriate procedures and controls so that no services will be performed by 131 any Contractor employee who is not legally eligible to perform such services. 132 CONTRACTOR SHALE INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY 133 PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 134 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. 135 City, upon written notice to Contractor, shall have the right to immediately terminate this 136 Agreement for violations of this provision by Contractor. 137 7.9 No Third -Party Beneficiaries. 138 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 139 and there are no third -party beneficiaries. 140 7.10 No Cause of Action Against Engineer. 141 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or 142 their sureties, shall maintain no direct action against the Engineer, its officers, employees, 143 and subcontractors, for any claim arising out of, in connection with, or resulting from the 144 engineering services performed. Only the City will be the beneficiary of any undertaking by 145 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 146 whether as on -site representatives or otherwise, do not make the Engineer or its 147 personnel in any way responsible for those duties that belong to the City and/or the City's 148 construction contractors or other entities, and do not relieve the construction contractors 149 or any other entity of their obligations, duties, and responsibilities, including, but not 150 limited to, all construction methods, means, techniques, sequences, and procedures 151 necessary for coordinating and completing all portions of the construction work in 152 accordance with the Contract Documents and any health or safety precautions required 153 by such construction work. The Engineer and its personnel have no authority to exercise 154 any control over any construction contractor or other entity or their employees in 155 connection with their work or any health or safety precautions. 156 CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR-- PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS --City Project No. 02200 Revised 11.15.17 005243-6 157 158 Agreement Page 6 of 8 SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— City Project No. 02200 Revised 11.15.17 00S243-7 Agreement Page 7 of S IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: �5. 1. L0,4Es 466"Ic ^-Lerl " AF TF.4Wr 0-0. By: (Signature) J'f+�'I�7 Lt+r�s�Qa (Printed Name) Title: Vita J y�S�nEa+r Address: 520 S. &T AV15 4%f City/State/Zip: JYUNSF)C&O1 7k 74o63 /z lg 2of6t Date City of Fort Worth By: f lana u hdoff Interim Assistant City Manager Date -2-11 TLV -OR City Secretary A�� vas; ;. (Seal) ,- M&C t::1' OZ)b Date: 1-: 0269 Form 1295 No. �5 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Fnr,9:0,r_TALMORO .A� Ri9 SYCAMORE CREEK REUV INTAP E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —City Project No. 02200 �� Revised 11.15.17;,,�.��—. == 163 164 165 166 167 168 169 r 1 Liam Conlon Project Manager Approved as to Form and Legality: Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, P.E. Water Department Director . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — City Project No. 02200 Revised 11.15.17 005243-8 Agreement Page 8 of 8 orF43AR. RECORD O`0 Y SECRETARY AFT, WORT14, SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 2 Bond No.190043712 0061 13- 1 PERFORMANCEBONr) Page I of I SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. known as 8 "Principal" herein and Liberty Mutual Insurance Company a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as I ' 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 1 I municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Five Million Three Hundred Sixty Two Thousand 12 sum of, Three Hundred Forty Fight and 851100 Dollars 13 ($5,362,348.85 . „ __ _), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the �_ day of 2019, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Sycamore Creek Relief Interceptor — Phase 22 11, City Project No. — 02200. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CH PROJECT NO. - 02200 Revised July 1. 2011 006113-2 PERFORMANCE BOND Pazc 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 5 day of RiPA. 6 . 20 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST- - 1)600e'x " {Principa ary Witness a to Principal r Witnes urety PRINCIPAL: S.J. Louis Construe 'on of Texas Ltd. BY: A lk__ Signature Name and Tit c Address: 520 South Sixth Avenue PO Box 834 Mansfield. TX 76063 SURETY: Liberty Mutual Insurance Company Y: Signature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number; 763-302-7156 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT wORTI I SYCAMORE CREEK RELIEF 1NTFRC?PTOR - PHASE If STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised JLIIV I. 2011 Bond No.190043712 0061 14- 1 PAYMENT BOND Pau 1 of 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. known as 8 "Principal" herein, and — Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Five Million Three Hundred Sixty Two Thousand 12 in the penal sum of Three Hundred Forty Eight and 851100 Dollars 13 ($5,362,348.85 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 __day of�a?(1 , 20_Lj-, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Sycamore Creek Relief Interceptor -- Phase 11, City Project No. - 22 02200. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.)ECT NO. - 02200 Revised July 1. 7011 0061 14 - 2 PAYMENT BOND Page 2 of! I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the .%3 day of 3 PC44018C"Q ; 20 01 a ATTEST: (Principal) etary e:��4 Witness as to Principal ATTEST: (Surety) 110, I W'' A if it as to Surety PRINCIPAL: S.J. Louis.CoUstructiorl of Texas, Ltd. BY: IP7-7� Signature Name and Title Address: 520 South Sixth Avenue PO Box 834 Mansfield. TX 76063 SURETY: Liberty Mutual Insurance Company Qgn tiure Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: 763-302-7159 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I I END OF SECTION 12 CITY OF FORT WORTII SYCAMORE- CREEK RELIEF 1NTLRCEPTOR PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. - 02200 Rcvi�cd July 1, 2011 Bond No. 190043712 0061 19- 1 MAINTENANCE BOND Page I or 3 I SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 That we S.J. Louis Construction of Texas. Ltd. known as 8 "Principal" herein and Liberty Mutual Insurance Company..... , a corporate surety 9 (sureties, if wore than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I municipal cot oration created pursuant to the laws of the State of Texas, known as "City" herein, Pipe Million Three Hundred Sixty Two Thousand 12 in the sum of Three Hundred Forty Eight and 851100 Dollars 13 (35,362,348.85 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the day of � � r , 20('1 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to f imish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Sycamore Creek Relief interceptor 24 — Phase II, City Project No. - 02200; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORT[ SYCAMORE CREEK RLLIFF INTFRCEPTOR -- VIIASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. -02200 Rcv ised Juh, 1. 201I 1 2 3 4 5 6 7 8 9 10 1W 13 14 15 16 17 18 0061 19-2 MAINTENANCE BOND Paige 2 of _; NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTI I SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I. 2011 0061 19- 3 MAINTENANCE- BOND Pakc3of3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of b Cr:�*.R%1C 3 .20-1-1—. 5 6 7 8 9 10 ]1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST. fprincipal) Witness a to Principal PRINCIPAL: S.J. LouisConstructiqji of Texas, Ltd. BY: If drvwl ignature Name and Title Address: 520 South Sixth Avenue _ PO Box 834 Mansfield, TX 76063 SURETY: Liberty Mutual Insurance Company Y: ignature Heather R. Goedtel Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116T Telephone Number: 763-302-7159 37 'Note: If sighed by an officer of the Surety Company, there trust be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded_ R CITY OF FORT WORTI I SYCAMORE CREEK RELIEF 1NTE72CE11TOR PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised Jf1IY I. 2011 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin }_ On this day of 20 , before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attomey-in-Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. B01-11IG i Nloiafy PublIC =}.. State nt Wunesota • s',�..i�, [41 COIY7 i11V55k']il [XtJlfeS e•x, nii iy ;1, 2021 3 0101, ,UCU..M .� <D o a� a _-a 0 O 5D ej O O � C k6 C U) (a P3 L' Co._ E o to � L � aa)) o� Z U 01 LibertX �Mutuil. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana {herein collectively called the "Companiesl, pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S- Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica ]toff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attomey--in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as Its act and deed, any and all undertakings, bonds, racognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as 'IF they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21 st day of November , 2019 . Liberty Mutual Insurance Company P� ►tds1J. aTY rive& ANSUA _ The Ohio Casualty Insurance Company GORPORs, t0 gJ �o{iPO1+gry bP-o0^ta>Wy0 West American Insurance Company 3 oM dare Fa m m r Fa1n r�1912�0 0�1919a6 4 1991 4C1411g -ab y0 kagP9if Ala, �h°rnriA .,a,L� * By: n.,A l &A r'.arav Acciclanl Cc+rra4anr State of PENNSYLVANIA County of MONTGOMERY N W ei1 C this 21 st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insuranceo npany, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes c ein contained by signing on behalf of the corporations by himself as a duly authorized officer. 5 LL.I IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. r'Ae � Aorfw AF{ COMMONWEALTH OFPENNSYLVANIA �Q`ti°ptE {Z y astala, Not l OF Teresa Pastella, Notary Upper Merlon Twp., Montgomery County By: �vgSy��' My Commission Expires March 28.2021 y 9� Member, Penns*anla Asaocia5nn of Notaries Teresa Pastella, Notary Public r�i' This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizences and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII— Execution of Contracts: Section 5. Surety Bands and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizanoes and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents thalfacsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3 day of P.V1N5&R9 �0" ItYe411 4�PPORgr�'infi y, G�{eP011gla i'[) .7 1912 0 0 1919� 0Cli 9jy ��a 3y * I* a �NSUp _ VP opPo�rW jn a3� Fafi 4 1991 B y- Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC CCIC WAIL Multi Co 062018 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrw y 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology........................................................... ....... i 1.01 Defined Tenris............................................................................................................................... 1 1.02 Terminology... ................................................................................................................................ 6 Article 2 - Preliminary Matters........................................................ 2.01 Copies of Documents ................................................... 2.02 Commencement of Contract Time; Notice to Proceed 2.03 Starting the Work ........................................................• 2.04 Before Starting Construction ....................................... 2.05 Preconstruction Conference ......................................... 2.06 Public Meeting............................................................. 2.07 Initial Acceptance of Schedules ................................... ............................................................. 7 ............................................................ 7 .......................... :................................. 7 ............................................................. 8 ............................................................. 8 ....................................... I..................... 8 ............................................................. $ ............................................................ 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 Docttments.............................................................................•.....................................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 ......... 6.01 Supervision and Superintendence CITY OF FORT WORTH STANDARDC.ONSTRUCTION SPECIFICATION DOCUMFN`FS Revision: Febroiy 2, 2016 ........................................................................................19 ........................................................................................19 6.02 Labor; Working IJours................................................................................................................20 ' 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 I 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.. ... _ ..... .... 1. ........ .......30 6.16 Hazard Con-ununication Programs............................................................................................. 30 t 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 Nondiscriinination.......................................................................................................................35 Article 7 Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 G 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 i 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 ........... ...................... ...................................... I... 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 Deternunations for Work Perfonned..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY Ol' I ORT WORTH STANDARI)CONs,rRUC ION SPECIFICATION DOCUMENTS Revision: Febnia3y2,2016 Article 10. Changes in the Work; Claims; Extra Work .............. 10.01 Authorized Changes in the Work ............................. 10.02 Unauthorized Changes in the Work ......................... 10.03 Execution of Change Orders ..................................... 10.04 Extra Work................................................................ 10.05 Notification to Surety ................................................ 10.06 Contract Claims Process ........................................... .............................................................. 38 ........................................ ..... ................. 38 ...............................................................3 9 .............................................................. 39 .............................................................. 39 .............................................................. 39 .............................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work.................................................................... ........41 ............................................. 11.02 Allowances... ...... ........ ................ --- ......................................................................................... 43 11.03 Unit Price Work.......................................................................................................................... 44 11,04 Plans Quantity Measurement... ................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time.....................................................................................-....................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects................................................----........----......................_._......_.....48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title---------------------------------------------------------------------------------------------------54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection ...... -........... -......................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 1.4.07 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 Tennination.....................................................-.................................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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev isi on: Fcbiiuuy 2, 2016 Article17 -- Miscellaneous...................................................................................................... 17.01 Giving Notice...................................................................................................... 17.02 Computation of Times........................................................................................ 17.03 Cumulative Remedies......................................................................................... 17.04 Survival of Obligations....................................................................................... 17.05 Headings.............................................................................................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICAI'ION DOCUMENTS Revision: F6juary2.2016 00 72 00 - 1 GENERAL CONDITIONS Pagg ! 1 of 61 ARTICLE; 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terlrls 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 terns specifically defined, teens 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 forin 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. BicV-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 For1n with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw City's on-line, electronic document management and collaboration system. 12. Calendar Day A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pcbmiy2, 2016 F 00 72 n0 - I GENERAL CONDITIONS Pnee 2 or63 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 perforined. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or 1 his duly authorized representative. i f 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 f Milestones, if any and (d) complete the Work so that it is ready for Final Acceptance. 23. Contractor----Theindividual 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 DOCUMFNI'S Revision: Fcbnkxry 2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Pagc 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 Clairn. 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 llis 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: Fcbramy2, 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. I 39. General Requirements Sections of Division 1 of the Contract Documents. I 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or t 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 continence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs -.--Polychlorinated biphenyls 1 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-I-lazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,20I6 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 51, Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager The authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced ineeting 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, pennits, 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 WORT]l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 or 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 Iiquids 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 docuinentation 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 terns discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B_ Intent of Certain Terms or Adjectives: CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision' Fcbivaiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: I. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or siimilar 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 gfDocumenty 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 DOCUNII NTS Rmsion: Fdmuary2.2016 007200- 1 GENERAL CONDMONS Page S 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 convnences to run. 2.04 Before Starting Construction Baseline Schedules: Subnvt 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 fiuictionally 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, forinat 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 01: FORT WORTH STANDARDCONSTRUCT1ON SPFC1F1CAT [ON OOCUMFNTS Revision: Febniary2.2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 o#'63 section. The Contractor shall not take advantage of any variation of form, format or style in malting Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 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. 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: Contractor's Review of Contract Documents Before Storting 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 CONSTRUCI [ON SPECIFICATION DOCUMENTS Revision_ Febaaary 2, 2016 007200-1 GENERAL CONDITIONS Page 10 of 03 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: l . 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebiLmy2.2016 007200-1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 -- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofGands 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. As CITY OF FORT WORTH STANDARD CONSTRUCTION SPrC1f1CATION DOCUMENTS Revisi ow Febnoy 2, 2016 UU 72 VV - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for .1 construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions y 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). I B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the a 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 1 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 CONSTRUC7ION SPECIFICKHON DOCUMENTS Revision: Febnktry 2, 2Q 16 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 infonnation 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: I. 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkiry2.2016 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 of 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFN-IS Revision: Felmary 2, 201 b 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 till claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of' or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY Or FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felm y 2, 2016 007200- 1 GENERAL CONDITIONS Pagc 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5M 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 perfon-nance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish ]maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. I. The certificate of insurance shall docuinent the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwry2.20E 6 007200-1 GENERAL CONDITIONS Pagc 17 of G3 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-: V1I 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. S. 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 sell -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: Fcbiva y 2, 201 fi 00 72 00 - 1 GENERAL CONDITIONS Page 18 or 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. t 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 I claims history of the industry as well as of the contracting parry 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 snake any reasonable requests for deletion or revision or modifications of particular policy teens, 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 premiwn 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/cornpleted 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: Febilmy2.2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no three credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntuy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 20 of 63 I a 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 I 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 1 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. a 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 SP17CIFICATION DOCUMENTS Rcvision: FcUakuy2.2016 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. 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 Tiine may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -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: Febnawy2,2016 007200- 1 GENERAL CONDITIONS Page 22 of 63 { I 2) it will reliably perform at least equally well the function and achieve the results I imposed by the design concept of the completed Project as a functioning whole; and i ' 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 a Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shaIl 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; i 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 WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe1N,my2,2016 007200- 1 GENERAL CONDITIONS Pagc 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its detennination. 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 snaking 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcv isi ow February 2, 2016 00 72 00 - 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. 1-1. 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiva y 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 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 term and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARDCONSTRUCfION SPECIFICATION DOCUMENTS Revision: Febmiy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith 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 Goverrinient Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. 1-I. 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 Qf or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: Fdmiary2.2016 007200- 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of'any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction pen -nits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing pennanent 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. Anny Corps of Engineers Permits 3. Texas Commission on Environmental Quality Pennits 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 perfonnance 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 WORT] STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbiu-uy2,2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 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 Reguilations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 79711; or 2. http://www.window.state.tx.us/taxinfo/taxfomis/93-forms.html 6.12 Use of 'Sile and Other Areas A. Limitation on Use of Sate 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: Febnaty2.2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the perfonmance 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. S. 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. F. 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 SI ANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rct ision: Febnkvy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for confonnance 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 CONSTRUCTTON SPECIFICATION DOCUMENTS R e v is ion: Febiumy 2, 201 b 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work perforined 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: 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 1 variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in Writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM.rNTS Revision: Febnaaiy2, 201 G 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 INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART', BV ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CI I OF FORT WORTH S I ANDARD CONSTRUCTION' SPECIFICATION DOCUMENTS Rev ision: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of`Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision' Pchivary2,2016 007200- 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perfonned. 6.24 Nondiscrimination A. The City is responsible for operating. Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: febluiry2,2016 I 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 I 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; f 2. the specific matters to be covered by such authority and responsibility will be iternized; 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. i ARTICLE 8 -- CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all commurlications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests : City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY 01: PORT WORTH STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuaiy2,20I6 60 72 00 - 1 GENERAL CONDITIONS Pagc 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 I-lazardous 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 constnuction 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 Liam Conlon, or his/her successor pursuant to written notification from the Director of Water Department. 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. 0 FY OF FOR"f WORTH SIANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeNioy2,2016 007200- I GENERAL CONDITIONS Page 33 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 Projcct 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcv itiion_ Echuary 2, 2016 007200- 1 GENERAL CONDITIONS Page 39 ol' 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 gf'('hange Orders A. City and Contractor shall execute appropriate Change Orders covering: I. 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 13.09 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 S [ ANDARI) CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fclmuary2.2016 00 72 00 - 1 GENFRAL CONDITIONS Paec 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 Clairri 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 Clain 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. CIl Y OF FORT' WORTH STANDARDC:ONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2,2016 00 72 U0 - 1 GENERALCOND41ONS 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 Tine will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE l l — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included-- The terin Cost of the Work means the sum of all costs, except those excluded in Paragraph l l .01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 1 l .01.13, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b_ salaries and wages 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 I3ours, 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 lodger necessary for the Work. CITY OF FORT WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FcUniary 2.2016 00 72 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. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORM" WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2,20I6 00 72 00 - 1 GENERAL CONDIT€ONS Pagc 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 FTcluded: The tenn Cost of the Work shall not include any of the following items: 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.1 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. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.0 I.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 perfonned 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 DOCUMEN I-S Revision Fcbnrjry2,2016 007200- 1 GENERAL CONDITIONS Pagc 44 of G3 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. Conlingency 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 Unil Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if- 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2, there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rc v i%ion: Fcinuary 2. 201 G 0072 00 - 1 GENERAL CONDITIONS Page 45 of 63 If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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%. b. 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 flans 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 WOR I H SfANDARDCONSI IZUC-IION SPECIFICATION DOCUMENTS Revision: Febnuvvy2.2016 00 72 00 - I GENERAL CONDITIONS Page 46 of 63 i i E. For callout work or non -site specific Contracts, the plans quantity nneasurelnent requirements are not applicable. I J ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of'Conlracl 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 I provisions of Paragraph 11.03); or i 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 1.2.01.C). i C. Contraclor's Fee: The Contractor's additional fee for overhead and profit shall be determined as ? follows: Y 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a- for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmcu} 2, 2016 00 7? c0 - I GENERAL CONDITIONS Page 47 of {)3 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City_ CITY 01 PORT WOR 1'H STANUARI]CONS I RUC I ION SP) 011CATION DOCUN11iNTS Revision: Felnuary 2. 201 G 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefecFs Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City_ D_ City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1 _ City will coordinate such Testing to the extent possible, with Contractor; 2_ Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision_ Fcbivary 2. 2016 00 72 00 - 1 GENERAL CONDITIONS Pagc 49 of 63 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. S. 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. 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 Cily 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbm iy2,201b 00 72 00 - I GENERAL CONDITIONS Paec 50 of 03 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 gf'Defective Wor1c A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to t 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. 1 Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not l 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnny2.2010 00 72 Q0 - 1 CENFRAL COND#TIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B_ In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONS FRUCTION, SPECIFICATION DOCUMENTS Revision: Febmiry2.2016 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 03 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbivary2.2010 007200-I GENERAL CONDITIONS Page 53 of 63 B. Review ofApplicalions: I. City will, after receipt, of each Application for Payment, either indicate in writing a recolrunundation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the duality 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 perfonned 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 Conti -actor 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 array 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 WORTI l STANDARD CONSTRUCTION SPECIFICATION DOCUMEN FS Revision: February2, 2016 f /�/ { 00 72 00 - 1 GENERAL CONDITIONS Pagc 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A- C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%)- D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages ! suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Redaction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revision: I cEn Kuy2, 20I6 007200-1 GENERAL CONDITIONS Pagc 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 (lie Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion_ If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection 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 resuine. 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 TORT WORTH STANDARD CONSTRUCTION SI'ECIFICATON DOCUMENTS Revision: Felmiuy 2, 2016 1 00 72 00 - 1 GENERAL CONDITIONS Page 56 oi63 i 14.07 Final Payment ? A. Application for Payment.- 1, Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Worh. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Parlial Relainage 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 CONSTRUCTfON SPECIFICATION DOCUMENTS Revision: F6mmy2.2010 00 72 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 terns and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainoge Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and perfonnance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or fiunushed 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 15.0I 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: Febftny2,2016 00 72 00 - I GENERAL CONDITIONS Pat�c 58 oT63 15,02 City May 7 errminate far Cause A. The occulTence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. if one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 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 perfolan the Work. 2. If Contractor's services are tenninated, Surety shall be obligated to takeover and perform the Work. if Surety does not cotxunence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS Revision: Febuary2,2016 00 72 a0 -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 Sitc or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient: 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to tenninate 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 tenminated by City, the tennination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. if and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONK R0000N SPECIFICATION DOCUMENTS Revision: Fcbmary 2, 201 G 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 tennination 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 tennination; 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 tennination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fclmmiy2.2016 OU72UU-1 GENERAL CONDITIONS Page GI of63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of temTination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to tennination. 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 tennination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request- C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after tennination of the mediation unless, within that time period, City or Contractor: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rc„ision: Pcbminy2,2016 OU 72 UU - I GENERAL CONDITIONS Pagc 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 whole 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. l 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 a notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents_ The provisions of this .Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY 01- FORT WORTI I STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: 1`61 y2.2010 00 72 00 - l GENERAL CONDITIONS Pagc 63 or03 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6nary2,2016 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Paac I of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions ofthe Contract Documents as indicated bcloxv. All provisions of the General Conditions that are modified or supplemented remain in lull fierce and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of -known outstanding right-of-way, and/or casements to be acquired, if any as of June 21, 2017: Outstanding Right -Of -Way, and/or .Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only; are not guaranteed, and do not bind the Citv. If Contractor considers the final casements provided to differ materially from the representations on the Contract Drawings. Contractor shall within live (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF POR"I WORT] I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jamanv 22. 2016 SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 11 CITY PROJECT NO - 02200 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 007300-2 SUPPLEMI-NTARY CONDITIONS Pagc 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or rclocatcd as of June 21, 2017. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not hind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work- A Geotechnical Engineering Report, dated July 20, 2017, prepared by Gorrondona & Associates, Inc., a sub -consultant of Lockwood, Andrews & Newnam, Inc., a consultant of the City, providing additional information on the geotechnical field conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Lockwood, Andrews & Newnam, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPFC] ICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised Jan aary 22, 2016i 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.0413. Commercial General Liability_ under Paragraph GC-5.04B. Contractor's Liability Insurance 2 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 3 minimum limits of. 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsernent (Amendment — Aggregate Limits of Insurance) making the 9 General Aggregate Limits apply separately to each job site. 10 I I The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 12 Verification of such coveragc must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5A4C., "Contractor's insurance" 15 5.04C. Automobile Liability. under Paragraph GC-5.04C. Contractor's Liability insurance under 16 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto". 19 defined as autos owned, hired and non -owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person / 25 $500,000 Bodily Injury per accident / 26 $100,000 Property Damage 27 28 SC-5.04D., "Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks. 32 None. 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder, or obstruct the railroad company in any manner whatsoever- in the use or operation of its/their trains 36 or other property. Stich operations on railroad properties may require that Contractor to execute a "Right of 37 Entry Agreement" with the particular railroad company or companies involved, and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 40 to the Contractor's use ol'private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the tioillowing amounts, issued by companies satisfactory to the City and to the 45 Railroad Company tor- a term that continues for so long as the Contractor's operations and work cross, 46 occupy, or touch railroad property: 47 48 (1) General Aggregate: $4.000.000 49 50 (2) Each Occurrence: $2.000.000 51 52 (3) Other requirements as outlined in the permit. Refer to the attached Union Pacific Railroad 53 Permit in Appendix GC-6.09 Permits and Utilities. 54 55 CITY OF FORT WORTIi SYCAMORE CREEK RELIEF INTERCEPTOR — PHASi: lI STANDARD CONSTRUCTION SPECiFiCATION DOCUMENTS CiTY PROJECT NO -02200 Revised January 22, 2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of �- X Required for this Contract Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if- more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required. each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right -of -,gay at a location entirely separate from the grade separation or at - grade crossing, insurance coverage fiv this work must be included in the policy covering the grade separation. 4. if no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy liar that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and die grade crossing, if any, is no longer used by the Contractor. in addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-ol=way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 — Wage Rates SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or- licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. UPRR Crossing Permit CITY OF TORT WORTH SYCAMORE CREEK RELIEF INTERCEP'l OR — I'HASI: H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised .January 22, 2016 I 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 21, 2 2017: 3 4 Outstanding Permits and/or licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 5 SC-7.02., "Coordination" 6 7 The individuals or entities listed below have contracts with the City for the performance of other work at S the Site: 9 None 10 11 SC-8.01, "Communications to Contractor" 12 13 None 14 15 SC-9.Ot., "City's Project Manager" 16 17 The City's Project Manager for this Contract is Liam Conlon_ or his/her successor pursuant to written 18 notification from the Director of Water Department. 19 20 SC-13.03C., "Tests and Inspections" 21 22 None 23 24 SC-16.01C.1, "Methods and Procedures" 25 26 None 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin 5C-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTI I SYCAN40RE CREEK RELIEF INTERCEPTOR — PHASU II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 02200 Revised January 22, 2016 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 11 UU_Sununary of Work - I SUMMARY OF WORK Pagc I of 3 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 Fonns, 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 perforining 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 SYCAMORE CREEK RELIEF INTERCEPTOR — PIJASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02200 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 01 11 00 Summary of Work - 2 SUMMARY OF WORK Page 2 of 3 - b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or casements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. e. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifcally provided in the proposal. CITY OF FORT WORTS€ SYCAMORE- CREEX RELIEF INTERCEPTOR— PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02200 Revised December 20, 2012 01 11 00 Summary of Work - 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 USEDI 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 - PRODUCT'S [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE, 11 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CITY PROJECT NO. 02200 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 or4 4 1.1 SUMMARY t j5 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. Narne of manufacturer 10 b. Name of vendor j11 c. Trade name I 12 d. Catalog number 13 2- Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 detennined 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 WORT] I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation t0 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 e) 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 SYCAMOIZI; CREEK R1:I JFF INTERCEPTOR— PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMMI'S CITY PROJECT NO. - 02200 Revised July 1, 2011 J 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of4 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 SUBMITTALSIINFORMATIONAL 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 Mork to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS (NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANCE CITY OF FORT WORT] I SYCAMORE CR1 I K RFLIFF INTERCEPTOR -- PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 01 2500-4 SUBSTITUTION PROCL-DURF.S Pagc 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM 12 Proposed Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature _ Recommended Recommended as noted Firm Address Date Telephone For Use by City: Approved City Not recommended Received late By Date _ Remarks ua Lc Rejected CITY OF FORT WORTH SYCAMORF CR1 K RFLIFF INTI:RCE:PTOR—PHASE{ 11 STANDARD CONSTRUCTION SPFCIFICAl ]ON I]OCLJMI:N-I'S CITY PROJECT NO. -02200 Rcviscd .1U1y 1. 2011 01 31 19 - 1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 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 USED1 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 17. 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19-2 PRECONSTRUCTION MEETING Pagc 2 or 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meetilig. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation ofPre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans It. Confined Space .Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WISE or MBE/SBE procedures hh. Final Acceptance 11. Final Payment jj. Questions or Comments CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 17, 2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL 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] 111 X 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised August 17, 2012 01 31 20- 1 PROJECT MEETINGS Page I of 3 I SECTION 01 31 20 2 PROJECT MEETINGS 3 PART]- 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 I. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division a — Bidding Requirements, Contract. Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City znay 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 WORTII SYCAMORE CREEK RELIEF INTERCEPTOR- PI LASE li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised hdy 1. 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e_ Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period I. Coordination of schedules j. Review submittal schedules k_ Maintenance of quality standards 1. Pending changes and substitutions m_ Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTE?RCEPTOR — PHASE f I STANDARD CONSTRUCTION SPECIFICATION DOCUMI-N7:S 0 Y PROJECT NO. - 02200 Revised July 3, 2011 I I 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 (he: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] IS 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 23 ( Revision Log I DATE NAME SUMMARY OF CFIANGE I CITY OF FORT WORTH SYCAMORE CRFEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. -02200 Revised July 1. 2011 01 32 16 Construction Progress Schedule - I CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI- 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 c. 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 OIL PORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ❑ STANDARD CONSTRUCTION SPEC IFICAT ION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd,luly 1.2011 01 32 16 Construction Progress Schedule - 2 CONSTRUCTION PROGRESS SCHEOU F Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. I l 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 (lay, 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 WORTII SYCAMORE CREEK REFIF,F INTERCEPTOR — PHASE lI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CFTY PROJECT NO. - 02200 Revised July I. 2011 01 32 1 G_Construclion Progress Schedule - 3 CONSTRUCTION PROGRF,SS SCHEDULE Page 3 of 5 I D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF PORT WORTH SYCAMORE CRF.]:K RELIEF INTERCEPTOR — PHASE n STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1. 2011 01 32 16 Construction Progress Schedule - 4 CONSTRUCTION PROGRESS SCHEDULE Pagc 4 of S 1 e. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion- 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY Or TORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASE 11 s-rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 01 32 16_Construction Progress Schedule - 5 CONSTRUCTION PROGRESS SCI IEDULE 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. 1 1 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 18 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. -02200 Revised July I, 2011 I 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Of 32 33 Pieconsutuction Video - PRECONSTRUCTION VIDEO Page I oft SECTION 01 32 33 PRECONSTRUCTION VIDEO 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of .Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to-- 1- Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 --- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this .item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstraction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NO`1' USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOTUSED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPrC1FICATION DOC1Jt+4F,N"fS CITY PROJFCTNO. -02200 Revised July 1. 2011 4 01 32 33 Preeonstruction Video - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE. 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.IECT NO. - 0.2200 Revised IWy 1. 2011 f 01 33 00 Submittals - i SUBMITTALS Page I ors 1 SECTION 0133 00 2 SUBMITTALS 3 PARTI- 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 1) 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 SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 3300 Submittals - 2 SUkM ITTAI,S Pate 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B= 3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a_ The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %z inches x I 1 inches to 8 S/2 inches x 1 1 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b_ List of items / Table of Contents e. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTII SYCAMORI CRIiIiK RI'LIP.F IN'rIiRCI P I OR — PHASI- 11 STANDARD CONSTRUCTION SPFCIFICATION DOCUMFNTS Crl Y PR0,11-_C 1' NO- - 02200 Revised December 20, 2012 01 33 00 Submittals - 3 SUBMITTALS Page 3 of b 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 l 1 S. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11, An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various pants 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 I. 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 SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE: Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 01 33 00 Submittals - 4 SURMITTALS 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 1 1) 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: I 1 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 T. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. _Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CffY OF I:ORT WORTH SYCAMORG CREIX RI LIE:E INTERCEPTOR — PHASE It STANDARD CONSTRUCTION SPI'CIf1CATION DOCUMENTS C1 fY PROJECT NO. -02200 Revised December 20, 2012 01 33 00 Submittals - 5 SUBMITTALS Page 5 of 8 I a. Shop Drawings 2 0 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.Documcn(s. 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 SYCAMORE CREEK RELIEF INTERCEM OR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised Deccenber20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 33 00_Submittlls - 6 SUBMITTALS I'gQc 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) ".EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for - all such fees invoiced by the City. c. The need for more than I resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH SYCAMORE. CREEK RELIEF INTERCEPTOR — PHASF 11 S FANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1 FY PROJECT NO. - 02200 Revised December 20. 2012 A 01 33 00 Submittals - 7 SUBMITTALS Pau 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request- 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL 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 DELI VERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SYCAMORE-: CREFX RFLILF INTERCEPTOR PIIASL II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd Dcccmber20, 2012 01 33 00 Subminals - 8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USFDI 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE, NAME SUMMARY OF CHANGE 1212012012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH SYCAMORE CREEK R3{I,.[EI INTERCEPTOR PI LASE H STANDARD CONSTRUCTION SPECIFICATION DOCUMENJ'S CITY PROJECT NO. - 02200 Rcvisod Dcccmbcr 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Page I o1'9 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days I I e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. Wet Weather Shutdown 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1, Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 _. Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20. 2012 01 35 13- 2 SPECIAL PROJECT PROCEDURES Page 2 of g 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 wilI be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. Wet Weather Shutdown 13 a. Measurement and for this Item will be per each. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 will be paid for each time a Wet Weather Shutdown is requested by the 17 City 18 c. The price bid shall include: 19 1) Mobilization 20 2) Labor 21 3) Equipment 22 4) Materials 23 d. Other requirements associated with general coordination with private 24 properties, City owned properties, Parks and Community Services maintained 25 properties, including additional employees required to protect the right-of-way 26 and property mentioned above from damage arising out of and/or from the 27 result of implementing the Wet Weather Shutdown or failure of the Contractors 28 Plan or equipment. 29 4. All other items 30 a. Work associated with these Items is considered subsidiary to the various Items 31 bid. No separate payment will be allowed for this Item. 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 38 High Voltage Overhead Lines. 39 3. North Central Texas Council of Governments (NCTCOG) - Clean Construction 40 Specification 41 1.4 ADMINISTRATIVE REQUIREMENTS 42 A. Coordination with the Texas Department of Transportation 43 1. When work in the right-of-way which is under the jurisdiction of the Texas 44 Department of Transportation (TxDOT): 45 a. Notify the Texas Department of Transportation prior to commencing any work 46 therein in accordance with the provisions of the permit CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PI IASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 01 35 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 9 t b. All work performed in the TxDOT right-of-way shall be performed in 2 compliance with and subject to approval from the Texas Department of 3 Transportation 4 B. Work near High Voltage Lines 5 1. Regulatory Requirements 6 a. All Work near High Voltage Lines (more than 600 volts measured between 7 conductors or between a conductor and the ground) shall be in accordance with 8 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 9 2. Warning sign 10 a. Provide sign of sufficient size meeting all OSHA requirements. 11 3. Equipment operating within 10 feet of high voltage lines will require the following 12 safety features 13 a. Insulating cage -type of guard about the boom or arm 14 b. Insulator links on the lift hook connections for back hoes or dippers 15 c. Equipment must meet the safety requirements as set forth by OSHA and the 16 safety requirements of the owner of the high voltage lines 17 4. Work within 6 feet of high voltage electric lines 18 a. Notification shall be given to: 19 1) The power company (example: ONCOR) 20 a) Maintain an accurate log of all such calls to power company and record 21 action taken in each case. 22 b. Coordination with power company 23 1) After noti#ication coordinate with the power company to: 24 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 25 lower the lines 26 c. No personnel may work within 6 feet of a high voltage line before the above 27 requirements bave been met. 28 C. Confined Space Entry Program 29 1. Provide and follow approved Confined Space Entry Program in accordance with 30 OSHA requirements. 31 2. Confined Spaces include: 32 a. Manholes 33 b. All other confined spaces in accordance with OSHA's Permit Required for 34 Confined Spaces 35 D. Air Pollution Watch Days 36 1. General 37 a. Observe the following guidelines relating to working on City construction sites 38 on days designated as "AIR POLLUTION WATCH DAYS". 39 b. Typical Ozone Season 40 1) May 1 through October 31. 41 c. Critical Emission Time 42 1) 6:00 a.m. to 10:00 a.m. 43 2. Watch Days 44 a. The Texas Commission on Environ.lnental Quality (TCEQ), in coordination 45 with the National Weather Service, will issue the Air Pollution Watch by 3:00 46 p.m. on the afternoon prior to the WATCH day. 47 b. Requirements CITY OF FORT WORTH SYCAMORE CREEK RELIEF INT I:RCI:PTOR -- PI [ASE II STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS CITY PROJECT NO_ - 02200 Revised Deceinbu 20. 2012 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 13 -4 SPECIAL PROJECT PROCEDURES Paec 4 of 9 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of l hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) lfequipinent is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCE;Q Air Pcrmit L Obtain TCEQ Air Permit for construction activities per requirements oFTCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative_ 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. I ) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual constriction duration within the block CI iY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PI IASE II S'IANI)ARI)CONSTRUCTION SPEC1fICATION DOCUMENTS CITY PROJECT NO. -02200 Revised December 20, 2012 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of") 1 e) Name of the contractor's foreman and phone number 2 f) Name of the City's inspector and phone number 3 g) City's after-hours phone number 4 2) A sample of the `pre -constriction notification' flyer is attached as Exhibit 5 A. 6 3) Submit schedule showing the constrction start and finish time for each 7 block of the project to the inspector. 8 4) Deliver flyer to the City Inspector for review prior to distribution. 9 b. No construction will be allowed to begin on any block until the flyer is 10 delivered to all residents of the block. I 1 I. Public Notification of Temporary Water Service Interruption during Construction 12 1. In the event it becomes necessary to temporarily shut down water service to 13 residents or businesses during construction, prepare and deliver a notice or flyer of 14 the pending interruption to the front door of each affected resident. 15 2. Prepared notice as follows: 16 a. The notification or flyer shall be posted 24 hours prior to the temporary 17 interruption. 18 b. Prepare flyer on the contractor's letterhead and include the following 19 information: 20 1) Name of the project 21 2) City Project Number 22 3) Date of the interruption of service 23 4) Period the interruption will take place 24 5) Name of the contractor's foreman and phone number 25 6) Name of the City's inspector and phone number 26 c. A sample of the temporary water service interruption notification is attached as 27 Exhibit B. 28 d. Deliver a copy of the temporary interruption notification to the City inspector 29 for review prior to being distributed. 30 e. No interruption of water service can occur until the flyer has been delivered to 31 all affected residents and businesses. 32 f. Electronic versions of the sample flyers can be obtained from the Project 33 Construction Inspector. 34 J. Coordination with United States Army Corps of Engineers (USACE) 35 1. At locations in the Project where construction activities occur in areas where 36 USACE permits are required, meet all requirements set forth in each designated 37 permit. 38 K. Coordination within Railroad Permit Areas 39 1. At locations in the project where construction activities occur in areas where 40 railroad permits are required, meet all requirements set forth in each designated 41 railroad permit. This includes, but is not limited to, provisions for: 42 a. Flagmen 43 b. Inspectors 44 c. Safety training 45 d. Additional insurance 46 e. Insurance certificates CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE ❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rc> iscd December 20. 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 9 f. Othcr employees required to protect the right-of-way and property of the Railroad Company From damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. if water is used to control dust, capture and properly dispose of waste water. b. if wet saw cutting is performed, capture and properly dispose of slung. M. Employee Parking 1. Provide parking for employees at locations approved by the City. N. Wet Weather Shutdown 1. Wet Weather Shutdown will be required within being given 24 hours of notice by the City. This plan requires the removal of the bypass pumping system from the gravity sewers. The sewer system shall be closed and secured by means of replacing all manholes of placing temporary lids on manholes as specified in the plans. Temporary lids shall be located next to any open manhole for closure of the system within 24 hours. The system will be returned to the City for an amount of time required to allow the wet weather flows to subside. a. Submit a written plan of action for approval for shutting down essential services. Describe the following in the Plan of Action: 1) Removing Plugs from City Owned Pipelines 2) Restoring permanent or temporary manholes covers. 3) Removing equipment from the floodplain 4) Maintaining proper equipment and personnel at the site to perform required procedures, including backhoes and forklifts b. Other designated functions 1) Plan must be received by the City two (2) weeks prior to beginning the work. 34 1.5 SUBMITTALS 35 A. Wet Weather Shutdown Plan CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December20, 2012 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 9 1 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMI'1TTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE INOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION Revision Log DATL NAME SUMMARY OF CTIANGE 8/31/2012 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 35 13 - 8 SPECIAL PROJECT PROCEDI:RES Page 8 01"9 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTII SYCAMORE CREEK RIA-IEF INTERCEPTOR PIIASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. -02200 Revised Decemhcr 20, 2012 2 3 4 01 35 13 - 9 SPECIAL PROJECT PROCEDURES Page 9 of 9 EXHIBIT B FORT WORTH Date: DOE HM XXXX Projecl Flame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD. YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERRINTENDENI') (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCI_1'FOR- PHASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rex fsed December 20. 2012 I i 01 45 23 Testing and Inspection Services - 1 TESTING AND INSPECTION SERVICES Pagc I o1'2 1 SECTION OI 45 23 2 TESTING AND INSPECTION SERVICES 3 PART]- GENERAL CiKtYlll0 Our ►I 3.1 5 A, Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing_ 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1, Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORT] I SYCAMORE CRI-TK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised luly L 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 45 23 Testing and Inspection Services - 2 TESTING AND INSPECTION SERVICES Pagc 2 (ir2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all subrnittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PAR3' 3 - EXECUTION [NOT USED] 28 29 30 END OF SECTION Revision Log DATE. NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 02200 Reviscd.1uly 1, 2011 UI4525-I PIPE LAY PROOFING DEMONSTRATION Page I of 2 SECTION 0145 25 PIPE LAY PROOFING DEMONSTRATION PART1- GENERAL 1.01 PURPOSE A. The purpose of Proofing Demonstration is to observe and verify viability of the Contractor's intended methods to achieve reliable and repeatable pipe embedment compaction in accordance with the specifications. 1.02 INTENT A. The intent of the Pipe Lay Proofing Demonstration is that the Contractor, Owner, and design Engineer will agree on the standard field approach and level of care to be taken by the installation crews to promote compliance with the specifications, details, manufacturers' recommendations, and accepted industry standards throughout the project. Acceptable embedment density test results shall be based on this trench test performed by the Contractor prior to full scale pipe laying operations at the beginning of the project. 1.03 SAMPLE SIZE A. The Proofing should be demonstrated on at minimum two joints of applicable pipe material and size used on the project. It shall be placed in the project limits and observed during installation by the Inspector, Owner, Design Engineer and others who might have a vested interest in the successful completion of the project. 1.04 TRENCH TEST A. The Contractor shall schedule the demonstration with the Owner at least 14 days in advance. The demonstration shall be performed prior to any open -cut pipe installation. All submittals for pipe and backfill/embedment material shall be complete and approved prior to the demonstration. Changes in the embedment material after completion of the Proofing Demonstration shall require a new Proofing Demonstration, unless specifically waived by the Owner. Such changes after the Proofing Demonstration will require specific, written approval from the Owner. B. The Contractor shall demonstrate the pipe embedment placement and compaction approach in the following manner: 1. Employ all safety procedures that apply to the permanent work. 2. Utilize the same equipment and crews that will be used for the permanent work, to the extent practical. Excavate the trench to the width and minimum depth shown on thedrawings. 4. Prepare the trench subgrade and bedding to the requirements of the specification and trench details. 5. Install and embed one complete section of pipe, extending compacted fill up to the spring line of the pipe using the materials and density requirements specified. Lifting straps shall be left in place. 6. Use bulkheads as needed to allow the specified compaction to extend to within two feet of each end of the pipe section. 7. Testing lab shall perform density tests in the embedment material near the spring line of the pipe at two locations to be designated by the Owner. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 PROJECT NO. - 02200 014525-2 PIPE LAY PROOFING DEMONSTRATION Page 2 of 2 8. Carefully remove the pipe from the trench, preserving the embedment to the extent possible. 9. Testing lab shall perform a second set of in -place density tests on the compacted embedment to verify the Contractor's method has achieved the specified density and uniformity of embedment. Failure of the compacted embedment to hold the shape or achieve the specified density will be a failure of the pipe embedmentdemonstration. 10. In the event of a failure, the Contractor shall clean the trench to subgrade, adjust his methods and retest, all as needed, to demonstrate acceptable results. 1.05 NOTES A. This process will establish a relationship between the density achieved at the spring line and the density achieved at the haunch area by the Contractor's proposed placement and compaction method. The density at the spring line may have to be higher than the minimum specified density in order to achieve the minimum specified density in the haunch area. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line, but shall be no less than the minimum specified density. Additional test sections shall be performed for all different embedment materials, or if the Contractor proposes to change methods of placement and compaction. The trench test, including all labor, equipment, and testing, shall be incidental to the pipe laying operations and shall be included in the overall bid price. B. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the Contractor, and the trench test will be considered only as a means to verify that the Contractor's methods are capable of achieving the specified compaction throughout the embedment zone. The actual quality of the embedment and backfill, as compacted, shall be the responsibility of the Contractor and the satisfactory results from the trench test(s) and field density tests shall not be considered as a guarantee of the quality of the Contractor's embedment and backfill operations. C. Angular rock embedment will require vibratory consolidation. 1.06 ACCEPTANCE A. The City Inspector will notify the Project Manager and Engineer of the success or failure (with specific concerns) that occurred during the Trench Test, if not present. The Project Manager will notify the Contractor in writing of the approval of the embedment or rejections and need for new test. PART2- PRODUCTS 2.01 NOT USED PART3- EXECUTION 3.01 NOT USED END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II PROJECT NO. - 02290 9 JI 01 5000 Ternpormy Facilities and Control - I R TEMPORAY FACILITJ ES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART] - GENERAL lKmglIIU10FLIV A'1 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 ]0 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B, Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 —Bidding Requirements, Contract Fonns and Conditions of the Contract 17 2. Division I — 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are Fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH SYCAMORE CREFIK RELIEF INTERCEPTOR PIIASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised.luly L 2011 01 50 00 Temporary Facilities and Control - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of4 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 1 I a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH SYCAMORT: CR6E4K RELAT INTI:RCEPTOR — PHASE. 11 STANDARD CONSTRUCTION SPECIFICATION DOCLJMI-NTS CI"IY PROJECT NO. -02200 Revised JUIV 1. 2011 01 50 00_Temporary Facilities and Control - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD loR] 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 WORTII SYCAMORE CRF,LK RI- IFF INTERCEPTOR - PHASE II STANDARD CONSTRUCTION SPEC I FfCATION DOCUMENTS CITY PROJECT NO. - 02200 Revised .hilt' 1, 2011 01 50 00_Tempaary Facilities and Control - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 or4 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 jNOT USED] 6 7 8 END OF SECTION Revision Log DATE, NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 e I 01 55 26—Street Use Permit - I 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 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH SYCAMORE CREEK RFI_IISI ANTF-RCFPTOR — PHASI= 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd July 1. 2011 Ot 55 26 Street Use Permit - 2 S" 104.1' US[- 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 websitc. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 19 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTI I SYCAMORE CRI:FK RELIEF IN 1 kRCL fOR — PHASI= 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJI:C r NO. - 02200 Reviwd July 1, 2011 F 2 Ol 55 26_Strect Usc Permil - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL, Pagc 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY Ol: FORT WORTH SYCAMORE CREEK RELIEF INERCFPTOR — PI IASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cl fY PROJFCC NO. - 02200 Revised.fuly 1.2011 01 57 l3_Slorm Watcr Pollution Prevention - I STORM WATER POLLUTION PREVENTION Page I af3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION r����:ilr�li�1►1�1��11 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 3. Section 31 25 00 — Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than I acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed .for this Item. 18 2. Constriction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 3125 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Enviromnental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Integrated Storm Management (iSWM) Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH SYCAMORE CREEK RI -LIEF INTERCL-PTOR PIIASL II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I. 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 Storm Water Pollution Prevention - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1, Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) Gcncral Construction Permit Is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 15 0000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP c) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice or Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, 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 WORT] I SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised Iuly I, 2011 01 57 13_Storm Water Pollution Prevention - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSIINFORM ATIONAL SUBMITTALS [NOT USED] 5 I.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1. 2011 1 1 2 0 3 PART 1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 01 58 13 Temporary Project Signagc - I TEMPORARY PROJECT SIGNAGE Page 1 or SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: .1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division t — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORT]I SYCAMORE CREEK RELIEF INTERCEPTOR PIIASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMI'.NTS CITY PROJECT NO. -02200 Revised July I, 2011 01 58 13 Temporary Project Signagc - 2 TEMPORARY PROJECT STGNAGE Pagc 2 of 3 1 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 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loRl SITE QUALITY CONTROL INOT USED] 3.8 SYSTEM STARTUP ]NOT USED] 3.9 ADJUSTING [NOT USED] 3.10, CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO - 02200 Revised July 1, 2011 1 2 01 58 13 Tcmporaiy Projcct Signagc - 3 TEMPORARY PROJECT SIGNAGE Pagc 3 of'3 Revision Log J DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 SECTION 01 60 00 PRODUCT REQUIREMENTS 3 PART1_ GENERAL 4 1.1 SUMMARY 01 60 00 Product Requirements - I PRODUCT REQUIREMENTS Page I of 5 A. Section Includes: 6 1. References for Product Rcquircmcnts 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. Resources102 - 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED) 32 1.7 CLOSEOUT SUBMITTALS [NOT USED1 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED1 34 19 QUALITY ASSURANCE [NOT USED] CITY OF FORT wORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE lI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.ILC`r NO_ - 02200 Revised December 20.20I2 01 60 00_Product Requirements - 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 - PRODUCT'S [NOT USED] 5 PART 3 - EXECUTION [NOT USED] b 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Mollified Location of City's Standard Product List CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20, 2012 40 I 01 66 00 - I PRODUCT STORAGE AND I IANDLING REQUIREMENTS Page I o1A 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a_ Handling 10 b. Exposure to elements or harsh environments l 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1, Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — 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 SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGI_ AND HANDLING REQ0REMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative, 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative, CITY OF FORT wORTI I SYCAMORE: CREEK RELIEF 1NTFRCEPTOR — PHASE li STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, - 02200 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 or4 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 USED1 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 3.14 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 SYCAMORE CREEK RELIEF INTERCEPTOR — PHASF. ❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 01 66 00 - 4 PRODUCTSTORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE i CITY OF FORT WORTII SYCAMORE CRFF."K RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 I 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Page I or 8 I SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PARTI- 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 shall 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 hunp 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 WORTH SYCAMORE CREEK RELIEF INTERC1 PTOR — PHASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS CITY PROJECT NO - 02200 Revised February 14, 2018 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 14 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 easements 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 Staking Standards (available on City's Buzzsaw 27 website) 0171 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 website), 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 WORTIl SYCAMORE CREEK RFLIF.F 1NTERCIiPTOR— PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO. - 02200 Revised February 14, 2018 s 01 71 23 - 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 23.16.01 — 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 13 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 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE It STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewcr lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater— Not Applicable CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTFRCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 14, 2018 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 rIELD [SIT11 CONDITIONS fNOT USED] 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (S 17-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTII SYCAMORE CREEK RELIFF INTERCEPTOR — PHASE- 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 14, 2018 01 71 23 -6 CONSTRUCTION STAKING AND SURVEY Pagc 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 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Tolerances: I. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental_ The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE I1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February I4, 2018 I 01 71 23 - 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 / 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 ai any time deemed 23 necessary. 24 2. Checks by City personnel or 31 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 FOR'r WORTH SYCAMORE CREEK RELIEF INTERCEPTOR, PHASEII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 14, 2018 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2M 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 211412018 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 CITY OF FORT WORTEI SYCAMORE CREEK RELIEF INTERCEPTOR -- PI IASE ❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised February 14, 2018 I FORTWORTH,3R- Section 01 71 23.01 m Attachment A Survey Staking Standards February 2017 5:\Survey Staking Standards\Survey Staking Standards - February 2017.docx 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 TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdfj If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents 1. City of Fort Worth Contact Information 11. Construction Colors III. Standard Staking Supplies IV, Survey Equipment, Control, and Datum Standards V. Water Staking V1. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey S:\Survey Staking Stan dards\Survey Staking Standards - February 2017.docx Page 2 of 22 Survev 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 7ORA(�GE TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER 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 -based Flagging _Water 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long S_\Survey Staking 5tandards\Survey Staking Standards - February 2017.docx Page 3 of 22 IV. Survey Equipment, Control, and 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 I. A minimum of a 10 arc -second instrument is required. II. 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 I. 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. II. 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 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. 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 point=North: 0, East=O C. Geoid model used, Example: GEOID12A S:\Survey Staking Stand ards\Survey Staking Standards -Feb ru a ry 2017.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum s 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_Conformai—Conic Fa Ise_E a sti ng: 1968500.00000000 False_ Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard ParalleI2: 33.96666667 1 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 i Prime Meridian: Greenwich Angular Unit: Degree r j 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_Nomfncl Convention. below i F. Preferred Deliverable Format txt 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 E 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 5 of 22 Example Control Stakes LA `10 7� .J LJ 0- 1016 EL.= 100. 00' CIL Z C CH N=5000.00 E=5000.00 S:\Survey Staking Standards\Survey Staking Standards - February 2017.doux Page 5 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 III. 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 line 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 i 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 Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box I IL Center of the meter should be 3.0' behind the proposed face of curb III. 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 +0.06' 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 IL Survey offset stake should be 7.0' from the center and perpendicular to the curb i line or water main I{ III. Grade of hydrants should be +0.30 higher than the adjacent top of curb I E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main II_ RIM grades should only be provided if on plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 7 of 22 04 C-I Cn Example Water Stakes 7' 0/7, r W/L L z U 0 � i 7' 0/5 W/L JM1 ip wS 5l 4 '� FSyS µ � 1 4 f 5 rL h+/l STA=a+ad,: a s c 3.7 ,. .. C) u .._ _ ,._. _ _ 14R � W n �- v T S:\Survey Staking Standards�Survey Staking Standards - February 2017.docx Page 8 of 22 VI. Sanitary Sewer Staking A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking li. 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 VII. 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 IL Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1 I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Nowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 9 of 22 Example Sanitary Sewer Stakes its At not 0 in 0 j�i-cvs rk SS t CO "107100 15 G"A Ij got TEL g Egli all Lk O/S SSICI II li i SASurvey Staking StandardoSurvey Staking Standards - February 2017.docx Page 10 of 22 Lrm VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations ll. Grades are to flowline of pipe unless otherwise shown on plans III. 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 H. 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 III. 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 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 11 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING ) I`�-IGF FACING ) V ' V ' I _ r BACK BACK (RIVE FADMC R,ILW) G7k ODE FAI3NC RA.W_} PLY#tT I �d �.t#iD 9F tE S�?: 6 MUT II •� E; r1C7 ix..lxi:: i EEIP,G .i-i}i;.E 3srM , L't W -EL IIII atl ::T..=:ra'^cit y� �; Ia twu LIE, 'ie 7 11 i,r_e' aTA iIU!d 1 + ITC �.01 ITL it 1=] FLD44U?& c'a A ' -Ji P DISTANCES FOR IFLETS STANDARD 10' — 16' RECESSED VY — 2Cf STANDPREV OOJBLE 1a' — 26.6i E LET r EE jj t� ; III - PaAPiH:3LE - o� f RAW.. IF 0JR9 UA2r EIF iiiPS . — — — — — — — — — -- --- KeHCE OF INLET FACE iF'MET FLCi4UMV MGE. OF PAYWENT EDGE OF PAv1=1 ENT F"OF OF P I: EMF_?#` EDGE CT PAAMENI S:\5urvey Staking Stand ards\Survey Staking Standards - February 2017.docx Page 12 of 22 Vfff. 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 VIL Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker S. 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 Q o FRONT €Fmn ra r.�z_ I T p (SUE FACING t} FONT F FRf I l f f �f f elc FRONT (SIDE FACING ] ,ruM!11:s 6-, c'- - DOE FACING q o' a c 3--y n � i, Plii BACK �� iGQdil E3 F£� iS TO GF y r 1 (SIDE FACING R.O.W.) i€., 9xc+z run �YCF{c rl, ACE r3ta $ B I III ! II � rlY`� is i;iP F CUR; Wow t �� II._.....� --DP OF CUPB UAO,' OF CURD Ff`, cCL OF WFID tD'-E OF PA.•vEIMEFIT 5:\5urvey Staking Standards\Survey Staking Standards - February 2017.docx Page 13 of 22 Example Curb & Gutter Stakes at Intersection nA=2teO 2. LL- J2, L nom jo ,q3vo 21 a mw j-:! mve _ x \� $ \ � ~� " � �} \ � \ 3tz v »( ^ � / d��k� \\\ S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 14 of 22 IX. Cut Sheets Date: A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) F. 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 Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION I O FFSE DESCRIPTION GRADE I STLEV D - AKECUT I + FILL S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx 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 stations 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 S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 16 of 22 B. Example Deliverable A hand written red fine 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. r { "I i izl 'Y-. I �I .txuioi j'y+wl*F`r lFFi.; Yn n.... y`rl^�-1 XIbbI+i+Nesk .1- rilill .I 1 ICI I u II�'_,i»-...�='llLi;F i :i �;;11=�JJ.� 1. 1 IN rvueti l�aY.till�i10. bJIIwILYI . WIN +N [�.7.lil:•"ICI i�Y.lf kll t FiiL5y Y�k 1i ♦SY.1Y111 I'I i �"1 "'i9.•' 1it• I. i Ep� 4iJy ��l fit 1 0. 11 pW p.L r RIl 11S hFiIY.IL}�gy llF'i,I�YR.p �y eMMM'lll+++l.l PUyF1 ■:■ i:EGYLr{}r1 �• J�X:' I r J1 xaLnnulY Y��:��III'fl�t' II .�n ,Ir.Wi�Jci r1..Yarte�M., im ° Y}Vww*:1!ll=:luWa w4 ;,Ju } w '" 1 EdGI ti'i IL eLiiA:e++' S:4L=Xtv IS.[IYlL IT., l F41� !��TIYI•jyR. ,' Y� 9 H�.�NR � ogg■ICI..,RaF.tiJ.M a YIINUY.I,�I I ti it I Y �.' Glul IlR'JJ J tl N S\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 17 of 22 M. S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx Page 18 of 22 w Aw .11 5U:;vNP SIVARUNA i iiiiiiiiiiiiii I III q::111 m - 911 1, In_ w I -ij )r Pop Ef "I -7 44) T vi -'Y Y 1F I F I -WrIT. - 4 0 VL W-7 Tt 7' . ..... . 7 S:\Survey Staking Stand ards\Su rvey Staking Standards - February 2017.docx Page 19 of 22 F 7 -: ; LLL: --9 i 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 1 delivered to the City so it is clear to what coordinate system the data is in. 1 1 1 1 1 POW NO, NORTHING E*5n06 EiEV 1 6946237.1$9 22gON.165 2 1076260.893 2i%WlT 141 3 !.r+.%07.399 22B51T3e-i66 4 p1q41h220,582 22.96012.023 5 b+1dGi95-23 X}9dRJ5.116 G [4rb19n528 t29k?u2.7,721 7 A"6136 012 2.7959 A zs 8 G+JA{+ V2.20 2211i4}1D.113 9 4gAfiW3,a56 UM913449 10 641$9g4.fi77 22.03am5Z 23 604"6473 2�9580,"2 12 CW5849,077 374S34.1Kd 13 'S4¢Sb9�.$4X x7951;Gs,ies 14 G9d5534236 2'6W KI-925 15 W14hD3#,'7x7 22'J 10.441 16 fiQ-0 :fE3S fiT8 23."70"-7 1 17 H M9?I17.fi&4 129' N7.GJ 1 19 6945799.776 21957M543 $9 109457LM-tw -22DJ774-424 20 W45733.318 2295788,391 2.1 694S723,214 79-757.".354 22 F945602.21 72$574&22 23 h1M-%2J.rPD2. 22VAA0.4,1 24 VN5643AW iXTrA7aJV03 25 69454r7IA5g 22956"Arss- 26 694S539A" #299�,b7.Bp3 27 G9455WA14 2295619-49 28 lm5u-21 2..9 M56114S 30 .fi9AS3Ji).2L% x29559711111 31 G341732h 669 7295fi11i793 32 594539,LM 124561Q559 33 fA45N21.U31 5795531 105 34 6W531'3,365 22953 9375 35 6965242-2A9 2295570,7i5 3b 5945233 624 219S5U.6215 37 6945211G.493 :7455?g,103 38 G9451474V15 2295537,5firs 33 u9d5ii1445 729S524.115 411 51,45J1 ) 02 22MPAC15 Al WS011I W.4 22552552-573 42 045MI9.972 ?795551-4A7 43 CrIASw/.197 ARW;518.135 44 6mrkd)4-1 '92 229S530:1535 45 67'-i£7.4 i .112 2295556.=17.9 6 6944%fJA1b 2295534.397 726.09 55MH Rim dy i 72 r. 568 GV 91M 125,85 GV RIM i'rl x 723.356 SW14 RIM 721J13 rvRIM e 7Z1.315[ai r fFi J1� T143.4" W11++t RIM 713- 331 'Wli l RIM I 5 I k. 713.552 EG In I" 1 M 7.1L057- WO H RIM 710-046 WM!91)A 707.73 WM A Wr 7n®.7m5 WM 111kY1 ti '. + li 4. APJAG7 WM MIM 73Q.W4 CU FLIM - rF I 147-714 SSMFI RIM 70k.191 S M44 RfA+ 711.719 55M H Kc., f . 1111agh 13Y HIM 719.b31 Gv RW 7j7.FA9 GV R.W F 11&fin WM NIM C, 723,7fr WM Rrn1 719,737 WRIkA Fqkl 1V,. r?i 217-514 5iMa ri1M #'t-+ #i4-4?3 WM RIM -TC• 737-f-6g WMI11M .?MG521 WM nim 7d6,4 W to RIM } I " T1 b , f 74"D9 fF1 MrOq WM Arm 74FL717 €Q FIINI 744)A54 WM RIM 149:59 5SMN IIIM 751.rM WM FJtttr l T56-853 WM RiM 751,671 Wm RIM 757-#57'SSrirlNRIM r T51,79 VM RIM 7SP,14S WM RIM 7W-635 %,VM Hits i 1"01 1': M RIM " Pit-155 WM Aim 25 936 SSW RIM S:\Survey Staking Standards\Survey Staking Standards - February 2017.docx 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. ....... --- ------ ------ ------ ------ ------ - - --- ­­- ------- ------ ------ ----- iZ Si � SF 01 F R . .. . ...... ............. C - a L ' ii4 9N r W pie � qm a � ` I- - -- — S:\Survey Staking 5tandards\5urvey Staking Standards - February 2017.docx Page 22 of 22 I a 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 7423 - I CLEANING Pasc I of 4 SECTION 0174 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. Nonc. C. Related Specification Sections include, but are not necessarily limited to_ 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -- General Requirements 3. Section 32 92 13 - Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE: 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 01 74 23 - 2 CI.,EANING Page 2 of 4 1 1.11 FIELD [SITE[ CONDITIONS [NOT USED] 2 1.1.2 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cicaned 8 2. New and uncontaminated 9 3. For manufactured surfaces t0 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 loR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 39 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF I-ORI' WORTH SYCAMORr CRFFK RELIEF INTERCEPTOR — PI-IASr 11 STANDARD ANDARD CONS MUC1 ION SPI CI 1CA VION DOCUMENTS CITY PROJGC'I' NO- - 02200 Revised July I, 2011 01 7423 -3 CLEANING Pate 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located eontainer(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 storun 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 WORT] I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I. 2011 1 2 3 4 5 6 7 8 9 10 01 74 23 - 4 CLEANING Page 4 of4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site, 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES (NOT USED[ 3.12 PROTECTION [NOT USED[ 3.13 MAINTENANCE [NOT USED[ 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME, SUMMARY OF CHANGE CITY OP FORTWORTH SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE If STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJFCT NO - 02200 Revised July 1, 2011 I I3 1 2 3 PARTI- GENERAL 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 W 01 77 19- 1 CLOSEOUT REQUIREMFNTS Pagc I of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid_ No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PIIASE H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [.NOT USED] 3 PART 2 - PRODUCT'S [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 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first Iubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH SYCAMORE CREEK RFLIFF INTF.RCEPTOR — PHASl_ 11 STANDARD CONSTRUCTION SPFCMICATION DOCUMENTS CITY PROJFCT NO_ - 02200 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 7719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION ]NOT USED] 3.7 FIELD lox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SI'L;CIFICA FION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PARTI- GENERAL 4 1 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) i I I 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 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 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 ''12 inches x 1 I 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 WORTI I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO- - 02200 Rcviscd Dcccmbcr 20. 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 o I' 5 d. Drawings t) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. if available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PIIASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 20. 2012 0 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 or 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 l) 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) hlformation 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 c. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) ltcrns 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 WORT]I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised rlecenibcr20, 2012 01 7823 - 4 OPERATION AND MAINTENANCE DATA Pagc 4 ol" 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 alld component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A_ Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Ruvisud December20, 2012 01 78 23 -5 OPERATION AND MAINTENANCE DATA Pagc 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 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH SYCAMORF CRFEK R11,111 INTFRC.EPTOR — PIIASE 11 STANDARD CONSTRUCTION SPF.C'1FI('A I )ON DOCUMENTS CITY PROJECT NO - 02200 Rcviscd December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I ol'4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. 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 troln this City of Fort Worth Standard Specification 13 I. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS INOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE Il STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd July I. 20t 01 78 39 - 2 PROJECT RECORD DOCUMENTS Pagc 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 1Zecord 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 JoRl 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 I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION ]NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ❑ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised.1111v 1.2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 0171 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval_ 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTI I SYCAMORE CREEK RELIEF INTERCEPTOR PIIASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised luly 1. 201I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION IRevision Log l f DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE I STANDARD CONSTRUCTION SPECU ICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011 05 50 00 - 1 METAL FABRICATIONS j Page I of 1 I i SECTION 05 50 00 METAL FABRICATIONS I PART] GENERAL 1.1 RELATED DOCUMENT'S AND SECTION 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division I Specification Sections, apply to this Section. B. Section 09928 — Protective Coating Systems. 1.2 SUMMARY A. Section Includes: } 1. Steel framing and Supports for mechanical and electrical equipment. 2. Steel framing and supports for applications where framing and supports are not specified in other Sections. 3. Metal bollards. 4. Loose bearing and leveling plates for applications where they are not specified in other Sections. 5. Driveway access gates and posts i B. Products furnished, but not installed, under this Section: 1. Anchor bolts, steel pipe sleeves, slotted -channel inserts, and wedge -type inserts indicated to be cast into concrete or built into unit masonry. 2. Steel weld plates and angles for casting into concrete for applications where they are not specified in other Sections. I3 PERFORMANCE REQUIREMENTS A. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes acting on exterior metal fabrications by preventing buckling, opening of joints, overstressing of components, failure of connections, and other detrimental effects. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 1.4 ACTION SUBMITTALS i 1 A- Product Data: For the following: 1. Nonslip aggregates and nonslip -aggregate surface finishes- 2. Paint products. 3- Grout. B. Shop Drawings: Show fabrication and installation details for metal fabrications. CH y OIWWI WORM H SYCAMORE CREEK Rlil,]EF INTERCEPTOR— PHASE ❑ CITY PROJECT NO. - 02200 055000-2 METAL FABRICATIONS Page 2 of l I 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. C. Samples for Verification: For each type and finish of extruded nosing and tread. D. Delegated -Design Submittal: For installed products indicated to comply with perfonnance requirements and design criteria, including analysis data signed and sealed by the qualified processional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified professional engineer. B. Mill Certificates: Signed by manufacturers of stainless -steel certifying that products furnished comply with requirements. C. Welding certificates. D. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. 1.6 QUALITY ASSIJRANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS DI.I/DI.1M, "Structural Welding Code - Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS DI. 1/D1-1M, "Structural Welding Code- Steel." 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum." 3. AWS D1.6, "Structural Welding Code - Stainless Steel." 1.7 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. 1.8 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages and steel weld plates and angles for casting into concrete. ' Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation - CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR —PHASE 11 CITY PROJECT NO - 02200 055000-3 METAL FABRICATIONS Page 3 of I I PART 2 PRODUCTS 2,1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.2 FERROUS METALS A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. B. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. C. Stainless -Steel Sheet, Strip, and Plate: ASTM A 240/A 240M or ASTM A 666, Dual i Certified, Type 304/3041, or Type 316/316L as shown on the Drawings. 1 D. Stainless -Steel Bars and Shapes: ASTM A 276, Dual Certified, Type 304/304L or i Type 316/316L as shown on the Drawings. I E. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. F. Rolled -Stainless -Steel Floor Plate: ASTM A 793. G. Abrasive -Surface Floor Plate: Steel plate with abrasive material metallically bonded to steel. ti 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: l a. IKG Industries, a division of Harsco Corporation; Mebac. b. SIipNOT Metal Safety Flooring, a W. S. Molnar company; S1ipNOT. C. Or approved equal. H_ Steel Tubing: ASTM A 500, cold-fonned steel tubing. I. Steel Pipe: ASTM A 53/A 53M, standard weight (Schedule 40) unless otherwise J indicated. J. Slotted Channel Framing. Cold -formed metal box channels (struts) complying with MFMA-4. I . Size of Channels: As indicated on Drawings. 2. Material: Galvanized steel, ASTM A 653/A 653M, structural steel, Grade 33, with G90 coating; 0.079-inch nominal thickness. 3. Material: Cold -rolled steel, ASTM A 1008/A 1008M, structural steel, Grade 33; 0.0966-inch minimum thickness; hot -dip galvanized after fabrication. K. Cast Iron: Either gray iron, ASTM A 48/A 48M, or malleable iron, ASTM A 47/A 47M, unless otherwise indicated. CITY OF FORT WORTH SYCAMORE; CRF.1-K RE LIEF INTERCEPTOR — PI IASE ❑ CI I Y PROJECT NO. - 02200 055000-4 METAL FABRICATIONS Page 4 of 1 I 23 NONFERROUS METALS A. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-"r6. B. Aluminum Extrusions: ASTM B 221, Alloy 606346. C. Aluminum -Alloy Rolled '['read Plate: ASTM B 6321B 632M, Alloy 6061-T6. D. Aluminum Castings: ASTM B 26/B 26M, Alloy 443.0-F. E. Bronze Plate, Sheet, Strip, and Bars: ASTM B 36/13 36M, Alloy UNS No. C28000 (muntz metal, 60 percent copper). F. Bronze Extrusions: ASTM B 455, Alloy UNS No. C38500 (extruded architectural bronze). G. Bronze Castings: ASTM B 584, Alloy UNS No. C83600 (leaded red brass) or No. C84400 (leaded selnired brass). H. Nickel Silver Extrusions: ASTM B 151 /B 151 M, Alloy UNS No. C74500. I. Nickel Silver Castings: ASTM B 584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). 2.4 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless -steel fasteners for exterior use and zinc -plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, at exterior walls where specified to be painted. Select fasteners for type, grade, and class required. I . Provide Type 316 stainless -steel fasteners for fastening aluminum. 2. Provide Type 316 stainless -steel fasteners for fastening stainless steel. 3. Provide Typc 316 stainless -steel fasteners for fastening nickel silver. 4. Provide bronze fasteners for fastening bronze. B. Eyebolts: ASTM A 489, C. Machine Screws: ASME B18.6.3, D. Lag Screws: ASMF. B18.2.1. E. Wood Screws: Flathead, ASME B 18.6.1. F_ Plain Washers: Round, ASME B18.22.1. G. Lock Washers: Helical, spring type, ASME B18.21.1. N. Slotted -Channel Inserts: Cold -formed, hot -dip galvanized -steel box channels (struts) complying with MFMA-4, 1-5/8 by 7/8 inches by length indicated with anchor straps or studs not less than 3 inches long at not more than 8 inches o.c. Provide with temporary filler and tee -head bolts, complete with washers and nuts, all zinc -plated to comply with ASTM B 633, Class Fe/Zn 5, as needed for fastening to inserts. 2.5 MISCELLANEOUS MATERIALS C11 Y OF I ORL WORT It SYCAMORE CREEK RELIEF INTERCEPTOR — PIIASE 11 CITY PROJECT NO. - 02200 05 50 00 - 5 METAL FABRICATIONS 1 Page 5 of 1 l A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Low -Emitting Materials: Paints and coatings shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." ' C. Shop Pruners: Provide primers that comply with Specification Section 09928, Protective T Coating Systems. D. Universal Shop Primer: Past -curing, lead- and chromate -free, universal modified -alkyd pruner complying with MPIH79 and compatible with topcoat. 1. Use primer containing pigments that make it easily distinguishable from zinc -rich primer. l i E. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. F. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D 1187. G. Non -shrink Grout: As specified in Section 03605, Non -Shrink Grout. H. Concrete: Comply with requirements in Division 3 Section "Cast -in -Place Concrete" for normal -weight, air -entrained, concrete with a minimum 28-day compressive strength of 3000 psi. 1 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D_ Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: I. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR —PHASE: Il CITY PROJECT NO. - 02200 05 50 00 - 6 METAL FABRICATIONS Pag 6 of 11 F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that. will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 1. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch embedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. C. Fabricate supports for operable partitions from continuous steel beams of sizes indicated with attached bearing plates, anchors, and braces as indicated. Drill or punch bottom flanges of beams to receive partition track hanger rods; locate holes where indicated on operable partition Shop Drawings- D. Fabricate steel girders for wood frame construction from continuous steel shapes of sizes indicated. Provide bearing plates welded to beams where indicated. 2. Drill or punch girders and plates for field -bolted connections where indicated. 3. Where wood nailers are attached to girders with bolts or lag screws, drill or punch holes at 24 inches o.c. E. Fabricate steel pipe columns for supporting wood frame construction from steel pipe with steel baseplates and top plates as indicated. Drill or punch baseplates and top plates for anchor and connection bolts and weld to pipe with fillet welds all around. Make welds the same size as pipe wall thickness unless otherwise indicated. I . Unless otherwise indicated, fabricate from Schedule 40 steel pipe. CITY OF PORT WORTII SYCAMORE. CREEK REI.If:F INTERCEPTOR PHASE 11 CITY PROJECT NO. - 02200 f5 L 055000-7 METAL FABRICATIONS Page 7 of I I 2. Unless otherwise indicated, provide 1/2-inch baseplates with four 5/8-inch anchor bolts and 1/4-inch top plates. F. Galvanize miscellaneoLS framing and supports where indicated. G. Prime miscellaneous fi-aming and supports with primer specified in Specification Section 09928, Protective Coating Systems where indicated. 2.8 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated, fabricate units from steel shapes, plates, and bars of profiles shown with continuously welded joints and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. 1. Provide with integrally welded steel strap anchors for embedding in concrete or masonry construction. C. Galvanize exterior miscellaneous steel trim. D. Prime exterior miscellaneous steel trim with primer specified in Specification Section 09928, Protective Coating Systems. 2.9 METAL BOLLARDS, GATES, AND POSTS f A. Fabricate metal bol lards, gates, and posts from Schedule 80 steel pipe. I . Cap bollards with 1/4-inch- thick steel plate. B. Prime bollards, gates, and posts with primer specified in Specification Section 09928, Protective Coating Systems. 2.10 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates. C. Prime plates with primer specified in Specification Section 09928, Protective Coating Systems. 2.11 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported frotn concrete construction as needed to complete the Work. Provide each unit with no fewer than two integrally welded steel strap anchors for embedding in concrete. 2.12 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. CITY OF FORT wORTI I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 05 50 00 - 8 METAL FABRICATIONS Page 8 of I I C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding; surface. 2.13 STEEL AND IRON FINISHES A. Galvanizing: 1 lot -dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed -on fireproofing, or masonry, or unless otherwise indicated. Shop prime with primers specified in Specification Section 09928, Protective Coating Systems. C. Preparation for Shop Priming: Prepare surfaces in accordance with Specification Section 09928, Protective Coating; Systems. D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2.14 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. As -Fabricated Finish: AA-M10 (Mechanical Finish: as fabricated, unspecified). Class 1, Clear Anodic Finish: AA-M 12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class 1, clear coating 0.018 mm or thicker) complying with AAMA 611 _ PART 3 EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot - dip galvanized after fabrication and are for bolted or screwed field connections. C_ Field Welding: Comply with the following requirements: Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II CITY PROJ ECT NO - 02200 055000-9 METAL FABRICATIONS Page 9 or I 1 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in -place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. i E. Provide ternporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: I. Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. B. Anchor supports for operable partitions securely to and rigidly brace from building structure. C. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates ofpipe columns. 1. Where grout space under bearing plates is indicated for girders supported on concrete or masonry, install as specified in "Installing Bearing and Leveling Plates" Article. D. Install pipe columns on concrete footings with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Plates" Article. I. Grout baseplates of columns supporting steel girders after girders are installed and leveled. 3.3 INSTALLING METAL BOLLARDS AND POSTS A. Fill metal -capped bollards and posts solidly with concrete and allow concrete to cure seven days before installing. 1. Do not fill removable bollards with concrete. B. Anchor bollards to existing construction with expansion anchors, anchor bolts, or through bolts. Provide four 3/4-inch bolts at each bollard unless otherwise indicated. 1 _ Embed anchor bolts at least 4 inches in concrete_ CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 11 CITY PROJECT NO. - 02200 os s0 00 -10 METAL FABRICATIONS Page 10 01" I 1 C. Anchor bollards and posts in concrete in formed or core -drilled holes not less than 8 inches deep and 3/4 inch larger than OD of bollard. Fill annular space around bollard solidly with non -shrink, non-metallic grout; mixed and placed to comply with grout manufacturer's written instructions. Slope grout up approximately 1/8 inch toward bollard. D. Anchor bollards and posts in place with concrete footings. Center and align bollards in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. E. Anchor internal sleeves for removable bollards in formed or core -drilled holes not less than 8 inches deep and 3/4 inch larger than OD of sleeve. Fill annular space around internal sleeves solidly with non -shrink, nonmetallic grout; mixed and placed to comply with grout manufacturer's written instructions. Slope grout up approximately 118 inch toward internal sleeve. F. Anchor internal sleeves for removable bollards in place with concrete footings. Center and align sleeves in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace sleeves in position until concrete has cured. G. Place removable bollards over internal sleeves and secure with 3/4-inch machine bolts and nuts. After tightening nuts, drill holes in bolts for inserting padlocks. District will furnish padlocks. H. Fill bollards and posts solidly with concrete, mounding top surface to shed water. 1. Do not fill removable bollards with concrete. 3.4 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use non -shrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use non -shrink, nonmetallic grout in exposed locations unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. CITY OF FORT WORT I SYCAMORE CREEK RELIEF INTERCEPTOR -- PHASE 11 CITY PROJECT NO - 02200 05 50 00 - 11 METAL FABRICATIONS Page 1 I or I 1 i 3.5 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching Lip shop -painted surfaces. I. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 09928, Protective Coating Systems. C. GaIvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION k a I CITY OF FORT WORTI I SYCAMORE CRl"I-lk RELIEF INTFRCEPTOR—PHASE Il CITY PRO.IEC'I NO. - 02200 31 36 00 Gabions - Edit.doc - I GABIONS Page I o1,9 1 SECTION 31 36 00 2 GAB IONS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing gabions and gabion mattresses. 7 B. Deviations from this City of Port Worth Standard Specification 8 1. LAN modifications are shown in blue text. 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 I General Requirements 12 3. Section 31 23 23 — Borrow 13 4. Section 31 24 00 -- Embankments 14 5. Section 31 25 00 — Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Gabions 18 a. Measurement 19 1) Measurement for this Item shall be by the cubic yard of stone -filled 20 gabions. 21 b. Payment 22 I) The work performed and materials furnished in accordance with this Item 23 and measured as provided under "Measurement" will be paid for at the unit 24 price bid per cubic yard for "Gabions" installed for: 25 a) Various types 26 c. The price bid shall include: 27 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 28 2) Excavation 29 3) Grading and backtill 30 4) Clean-up 31 2. Gabion Mattresses 32 a. Measurement 33 I) Measurement for this item steal l be by the cubic yard. 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 bid per cubic yard for "Gabion Mattresses" installed for: 38 a) Various types 39 c. The price bid shall include: 40 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 41 2) Excavation 42 3) Grading and backfill CITY OF FORT WORTI I SYCAMORE CRF KRFI.117:INTFRCF.PTOR—PHASE11 CITY PROJECT NO. - 02200 31 36 00_Gabions - Edit_doc - 2 GABIONS Page 2 of 9 1 4) Clean-up 2 1.3 REFERENCES 3 A. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2. ASTM Standards 8 a. ASTM A974, Standard Specification for Welded Wire Fabric Gabions and 9 Gabion Mattresses (Metallic Coated or Polyvinyl Chloride (PVC) Coated) 10 b. ASTM A975, Standard Specification for Double -Twisted Hexagonal Mesh 11 Gabions and Revet Mattresses (Metallic -Coated Steel Wire or Metallic -Coated 12 Steel Wire With Poly(Vinyl Chloride) (PVC) Coating) 13 3. TxDOT Test Procedures 14 a. Tex-411-A, Test Procedure for Soundness of Aggregate Using Sodium Sulfate 15 or Magnesium Sulfate 16 4. TxDOT Departmental Materials Specifications 17 a. DMS-6200, Filter Fabric 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A. Furnish producer or supplier certification that wire baskets, stiffeners, lacing wire, and 21 spiral connectors conform to the applicable ASTM specification. 22 B. if alternative wire fasteners are proposed, furnish producer or supplier certification that 23 the Fasteners conform to the strength requirements in Table I when tested in accordance 24 with the applicable ASTM specification. 25 1.6 SUBMITTALS [NOT USED] 26 1.7 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS INOT USED] 27 1.8 CLOSEOUT SUBMITTALS [NOT USED] 28 1.9 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 29 1.10 QUALITY ASSURANCE [NOT USED] 30 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USEDI 31 1.12 FIELD CONDITIONS INOT USEDI 32 1.13 WARRANTY [NOT USEDI CITY OF PORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ❑ CITY PROJECI NO - 02200 31 36 00_Gabions - Edit.doc - 3 GABIONS Page 3 of 9 1 PART 2- PRODUCTS 2 2.1 OWNER -FURNISHED INOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Gabion. A wire fabric or mesh container, filled with stone, with a height of I foot or 5 greater. 6 1. Size: Gabions shall be the size and type called for in the Flans. 7 B. Gabion Mattress. A wire fabric or mesh container filled with stone and with a height of 8 6, 9, or 12 inches, referred to as "revet mattress" in ASTM A 975. 9 C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion 10 mattresses with Style 5 PVC wire coating in accordance with ASTM A 974. 11 Table 1. Minimum Diameters of Wire Used in.Galvanized Gabions 12 16 17 Nominal Diameter Weight of Zinc Mesh Wire 0.1 18" 0.80" oz./sq. ft. Selvedge Wire 0.1535" 0.90 oz./sq. ft. Tie Wire 0.0866" 0.70 oz./sq. ft. D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. Table 2. Minimum Diameters of Wire Used in PVC Coated Gabions Diameter Weight of Zinc PVC Coating Nam. 0.02165" Mesh Wire 0.1063" 0.80 oz./sq. ft. Min. 0.015" Nom. 0.02165" Selvedge Wire 0.1338" 0.85 oz./sq. ft. Min. 0.015" Nom. 0,02165" Tie Wire 0.0866" 0.70 oz./sq. ft. Min. 0.415" Table 3. Minimum Panel -to -Panel Connection Strength Application Strength (Ib/ft Gabions 1,200 Gabion mattresses 700 CrIY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR— PHASE 11 CITY PROJLCT NO - 02200 31 36 00 Gabions - Edit.doc - 4 GABIONS Page 4 or 9 1 E. Filler stone. Provide stone consisting of clean, hard, durable stone that does not contain 2 shale, caliche, or other soft particles. Stone appearing to contain such particles will be 3 tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 4 percent when tested in accordance with Tex-41 I -A will be rejected. Use stones that are 5 between 6 and 10 inches in their least dimension for gabions and between 3 and 6 inches 6 for gabion mattresses. Prevent contamination when storing and handling stone. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 6200. The fabric to be used shall be Trevira 1 1 14, ADS-600, or approved equal. G. Filter Material. Provide filter material when required consisting of hard, durable, clean sand or gravel with a maximum particle size of 3/8 inch. H. Ring Fastening System. Spenax High Tensile Rings may be used as an alternative fastening method in place of the time wire lacing method as shown in the plans and specifications when used in the following manner: 1. Materials a. For use with galvanized gabion mattresses and gabions: Rings shall be Spenax brand 1 1G-40 high tensile rings. The rings have the following properties: Diameter - 0.12" galvanized wire per ASTM A641 Tensile Strength - 260,000 PSI - 280,000 PSI per ASTM 18/MTP 2004. Zinc coating 0.08 oz. per sq. ft. per ASTM a90/a764 Class 11, Type III. b. For use with PVC coated gabion mattresses and PVC coated gabions: Rings shal I have Spenax bran llss-40 stainless steel rings. The rings shall have the following properties: Diameter 0.12" galvanized wire per ASTM 313, Type 302, Class 1. Tensile Strength --- 260,000 PSI — 280,000 psi per ASTM E 8/TP2004, 2. Fastening Method a. Rings shall be placed using Spenax Pneumatic tool. b. Overlap of completed rings shall be '/z"minimum with not less than one inch total overlap. c. Spacing of the rings shall not exceed four inches. 3. Application Rings may be used at any location where'/2" overlap of the ring can be made. In the event a''/2" overlap of the ring cannot be obtained, the specified lacing wire method shall be used. The Spenax rings are generally suitable for use in the following locations a. Gabion Mattresses Spenax rings may be used in place of the tic wire on all assembly, closure, and attachment to adjacent revet mattress operations provided that a one-half ('/2") inch overlap can be obtained in the ring. b. Gabions Spenax rings may be used in place of the tie wire on gabions at the following locations: l) The sides of the gabion to the sides of the diaphragm. 2) The sides of the gabion to the edges of the end panel. 3) The lid to the top of the diaphrag3ns_ 4) The lid to the top of the end panel except when two gabions are to be attached joining end to end. 5) Rings may be used at any point of contact between adjacent gabions where a'/" overlap ofthe Spenax ring can be obtained CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE n CITY PROJECT NO. -02200 31 36 00_Gabions - Edit doe - 5 GABIONS Page 5 of 9 2 Spenax rings may not be used for. 3 1) Attachment of gabions end to end at the selvedge joint. 4 2) On any area where a t/z" overlap of the Spenax ring cannot be obtained. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED[ 6 2.4 ACCESSORIES f NOT USED[ 7 2.5 SOURCE QUALITY CONTROL 8 A. At the start of construction, the gabion and gabion mattress manufacturer must have a 9 qualified representative available for consultation as needed throughout the gabion and 10 gabion mattress construction. 1 I PART 3 _ EXECUTION 12 3.1 INSTALLERS SNOT USED[ 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. General 16 The gabions shall be placed in accordance with the size and type as shown on the plans. 17 PVC coated gabions shall be used in the location as shown on the plans. ' 18 Galvanized gabions shall be used on rows as shown on the plans. The placement shall 19 be in close conformity to the line and grade shown on the plans and cross -sections and 20 shall be in strict accordance with these specifications. 21 B. Foundation Preparation 22 1. Excavate the foundation to the extent shown on the Drawings or as directed. 23 Remove all loose or otherwise unsuitable materials. 24 2. Carefully backfIl all depressions to grade with suitable materials from adjacent 25 required excavation or another approved source and compact the backfill to a 26 density at least equal to that of the adjacent foundation. 27 3. Remove any buried debris protruding from the foundation that will impede the 28 proper installation and final appearance of the gabion or gabion mattress, and 29 carefully backfill and compact voids as specified above_ 30 4. Have the City inspect the prepared foundation surface immediately before gabion 31 placement. 32 3.4 INSTALLATION 33 A. Filter Placement 34 1. When filter material is required, spread it uniformly on the prepared foundation 35 surface to the slopes, lines, and grades indicated on the Drawings. Do not place 36 filter material by methods that tend to segregate particle sizes. Repair all damage to 37 the foundation surface that occurs during filter placement before proceeding with 38 the work. CITY OF FORT WORTH SYCAMORE. CREEK REi.IEf INTERCEPTOR — PHASE: Il CITY PROJECT- NO. - 02200 31 36 00 Gab ions -1 - 6 GABIONS Paae 6 of 9 1 2. Compaction of the filter material is not required. Finish the material to present a 2 reasonably even surface without mounds or windrows. 3 B. Filter Fabric Placement 4 1. When filter fabric is required, place it as shown on the Drawings. Any defects, rips, 5 holes, flaws, or damage to the material may be cause for rejection. 6 2. Place the material with the long axis parallel to the centerline of the structure, 7 highway, or dam. Place securing pins in the lapped longitudinal joints, spaced on 8 approximately I 0-foot centers. Keep the fabric material free of tension, stress, 9 folds, wrinkles, or creases. 10 3. Lap the material at least 3 feet along the longitudinal joint of material, or lap the l 1 joints I foot and sew them. Lap the ends of rolls at joints by at least 3 feet 12 4. Place securing pins through both strips of material at lapped joints at approximately 13 the midpoint of the overlap. Place additional securing pins as necessary to hold 14 filter fabric in position. Store filter fabric out of direct sunlight. 15 5. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, 16 overlapping at least 3 feet beyond the darnaged area in all directions. 17 6. After placing filter fabric, cover as soon as possible but within 3 days. 18 C. Unit Placement 19 1. Do not place PVC -coated materials unless the ambient temperature and the 20 temperature of the coated wire are at least 15 degrees Fahrenheit above the 21 brittleness temperature of the PVC. 22 2. After the gabions have been assembled, the gabions shall then be placed in position 23 empty and shall be tied together, each to its neighbor along all contacting edges in 24 order to form a continuous connecting structural unit. Gabions 3' high, that are to 25 be placed in a straight row, are to be stretched in the following manner before being 26 tied to the adjacent gabions: Tie together approximately 100' of gabions and fill one 27 gabion cell on the end to hold the row in place or tie the end gabion to an existing 28 gabion already filled and then stretch the row of gabions with a come -a -long or 29 other suitable means until the row of gabions is stretched sufficiently to remove all 30 kinks. Do not over stretch. A frame or other suitable means shall be used to avoid 31 deformation of the end well when stretching the gabions. While maintain tension, 32 tie the row of gabions to its neighbor along all contacting edges. 33 D. Assembly 34 1. Empty gabion or gabion mattress units individually, and place them on the 35 approved surface to the lines and grades shown on the Drawings with the sides, 36 ends, and diaphragms erected to ensure that all creases are in the correct position, 37 the tops of all sides are level, and all sides that are to remain exposed are straight 38 and plumb. CITY OF FORT WORTH SYCAM ORF CREEK REL.IFF I NTERCEP MR — PHASE I I CITY PROJECT NO -02200 31 36 00 Gabions - Edfl.doc - 7 GABIO1NS Ilwe 7 or 9 1 2. All tying of gabions in each step of construction shall be done in the following 2 manner: Cut a length of tie wire approximately 5' long, secure the wire at one end 3 by looping and twisting together, then proceed lying with double loops (made at the 4 same point) every 5" apart, pulling the basket pieces tightly together. Secure the 5 end of the wire by again looping and twisting. No other wire except of the type 6 supplied with the gabions shall be used. No clips, rings and other fastening devices, 7 made of other than the tie wire furnished with Elie gabions may be used, except as 8 specified herein. Special attention shall be given that all gabions are ties in this 9 manner. Proper tying of the gabions at all steps in construction is critical to the 10 performance of the finished gabion structure. 11 3. Fill the basket units after transporting them to their final position in the work. 12 4. When each gabion has been filled to its maximum, which is slightly higher than the 13 sides, and surface leveled with a minimum amount of voids, the lids shall be pried 14 down and over with a bar or lid closing tool until the edge of the lid and the edge of 15 the basket or together. It should require a light stretching in order to bring the two 16 gabion pieces together. The heavy projecting wire on the lid shall then be twisted 17 around the heavy wire on the sides two (2) complete turns and the lid shall then be 18 tied to the sides and tops of the diaphragms in the same manner as the basket are 19 assembled. The lids of the gabions shall also be tied together, each to its neighbor 20 along aII contacting edges to ensure the formation of a continuous connecting 21 structural unit. Special attention shall be given that all projecting sharp ends of wire 22 are turned in. 23 E. Installation 24 1. Place the front row of gabion or gabion mattress units first and successively 25 construct units toward the top of the slope or the back of the structure. Place the 26 initial line of basket units on the prepared surface, and partially fill them to provide 27 anchorage against deformation and displacement during subsequent filling 28 operations. 29 2. Stretch and hold empty basket units as necessary to remove kinks and provide a 30 uniform alignment. Before filling, connect all adjoining empty gabion or gabion 31 mattress units with lacing, wire spiral binders, or approved fasteners along the 32 perimeter of their contact surface to obtain a monolithic structure. 33 3. If lacing wire is used, provide continuous stitching with alternating single and 34 double loops at intervals of no more than 5 inches. Fasten all lacing wire terminals 35 securely. 36 4. Provide connections meeting the required joint strength requirements. These 37 requirements apply to all connections including attachment of end panels, 38 diaphragms, and lids. 39 5. .loin twisted wire baskets through selvage -to -selvage or selvage -to -edge wire 40 connection; do not use mesh -to -mesh or selvage -to -mesh wire connection except 41 where baskets are offset or stacked, in which case join each mesh opening where 42 mesb wire meets selvage or edge wire. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 C77 Y PROJECT NO. - 02200 31 36 OQ Gabions - Edit_doc - 8 GABIONS PaLe 8 of') 1 6. Carefully fill the basket units with stone. Use hand placement to avoid damaging 2 wire coating, to ensure as few voids as possible between the stones, and to maintain 3 alignment. Machine placement of stone will be allowed if -approved by the 4 Engineer. Correct excessive deformation and bulging of the mesh before further 5 filling. To avoid localized deformation, fill the basket units in a row in stages 6 consisting of maximum 12-inch courses; do not at any time fi I I a cel I to a depth 7 exceeding 1 foot more than its adjoining cell. 8 7. Do not drop stones into the basket units from a height greater than 36 inches 9 8. For gabion units more than 2 foot high, place 2 uniformly spaced internal 10 connecting wires between each stone layer in all front and side gabion units, I 1 connecting the back and the front faces of the compartments. Loop connecting 12 wires or preformed stiffeners around 2 twisted wire -mesh openings or a welded 13 wire joint at each basket face, and securely twist the wire terminals to prevent 14 loosening. 15 9. Carefully place the outer layer of stone and arrange it by hand to ensure a neat and 16 compact appearance along all exposed faces. Overfill the last layer of stone 17 uniformly by l to 2 inches for gabions and I inch for gabion mattresses to 18 compensate for future settlement in rock while still allowing for the proper closing 19 of the lid and providing an even surface with a uniform appearance. 20 10. Make final adjustments for compaction and surface tolerance by hand. Stretch lids 21 tight over the stone fill, using an approved lid -closing tool, until the lid meets the 22 perimeter edges of the front and end panels. Do not use crowbars or other single- 23 point leverage bars for lid closing. 24 11. Close the lid tightly along all edges, ends, and internal -cell diaphragms with spiral 25 binders or lacing wire or with other wire fasteners if approved. Ensure that all 26 projections or wire ends are turned into the baskets. Cut the basket unit and fold and 27 wire it together to suit site conditions as shown on the Drawings, when directed, or 28 where a complete gabion or gabion mattress unit cannot be installed because of 29 space limitations. 30 12. Fold the mesh back and neatly wire it to an adjacent basket face. Complete the 31 assembling, installation, filling, lid closing, and lacing of the reshaped gabion or 32 gabion mattress units in accordance with this Section. 33 F. Cutting the Gabions 34 1. Gabions may be cut to form bevels, curves, or smal I baskets. Re -tying shall be in a 35 manner to produce a closed cell and re -tying of the gabion shall be in the same 36 manner as the assembly. Excess mesh wire shall be cut off or be tightly and neatly 37 laced down in accordance with the following methods. 38 a. Bevels 39 1) Cut or untie the bottom of the end panel and re -tie the excess mesh. 40 Note: This is not the generally preferred method. Short Gabion lengths may 41 be required to produce the angle at the correct location- This method is 42 generally recommended for angles not exceeding 20 degrees. 43 2) Cut the gabion on three sides at the point where the angle is to be made. 44 Sharply bend the uncut side, overlap the cut pieces and re -tie. 45 Note: This is the generally preferred method. This method would normally 46 use the longest size gabion available. 47 b. Curves CITY OF FORT WORT I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 CITY PROJECT NO - 02200 I 1 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 1 21 22 23 31 36 00_Gabions - Edit_doc - 9 v GABIONS Page 9 of 9 I ) Gabions may be formed to any radius by cutting the gabions on three sides at equally spaced points (the number of cuts and the spacing is a function of the radius), bend the uncut sides overlapping the ends and re -tie in accordance with the specification_ Note: This procedure could extend over several gabion lengths in a large radius. This method would generally use the longest size gabion. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL Proper tying of all joints and the baskets being filled in their maximum density with a minimum amount of voids is very critical to the performance of the gabions. Therefore, compliance with the technical specifications shall be closely and thoroughly inspected and any work not meeting the implied quality shall be rejected. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FOR-1 WOKI-H SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE it CITY PROJECT NO -02200 33 05 10- 1 UTILITY TRENCI I EXCAVATION, EMBEDMENT, AND BACKFILL Pa ,c 1 of 21 I SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main I 1 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. LAN modifications are shown in blue text. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 31 25 00 — Erosion and Sediment Control 37 10. Section 33 05 26 -- Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTI I SYCAMORE CREEK RELIL-F INTERCEPTOR — PHASE II CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 I 2 4. 33 05 10-2 UTI[.ITY TRENCH EXCAVATION. EMBEDMENT, AND BACKFILL Pagc 2 o f 2 l Trench Excavation, Embedment and Backfill associated with the installation Of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. Imported Embedment or Backf ill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment Concrete Encasement for Utility Dines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price. bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system CITY OF FORT WORTH SYCAMORE C:RFFK RELIEF INTERCEPTOR -- PHASE 11 CITY PROJECT NO. - 02200 3305 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagc 3 of 21 1 5. Trench Safety 2 a. Measurement 3 1) Measured per linear foot of excavation for all trenches that require trench 4 safety in accordance with OSHA excavation safety standards (29 CFR Part 5 1926 Subpart P Safety and Health regulations for Construction) 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided wider "Measurement" will be paid for at the unit 9 price bid per linear foot of excavation to comply with OSHA excavation 10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 1 1 limited to, all submittals, labor and equipment. 12 1.3 REFERENCES 13 A. Definitions 14 1. General — Definitions used in this section are in accordance with Terminologies i 15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise ' 16 noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 1 S haunching bedding, springline, pipe zone and foundation are defined as shown in 19 the following schematic: I) Ail ; '. ; I:NPAVr.D AREAS. _ J 'Y•_ � 1 J �+ i r IN] DAL i W#d i wRNih'G! �N ! I .CL i IJI BE1 N10— r1u,a'r{:rta l AP 20 21 3. Deleterious materials - Harmful materials such as clay lumps, silts and organic 22 material CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCGI'rOR — PHASE It CITY PROJI.-.C'TNO- -02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 33 05 10-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C 136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 -- Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/N 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method, i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) in. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 40 1.4 ADMINISTRATIVE REQUIREMENTS 41 A. Coordination 42 1. Utility Company Notification 43 a. Notify area utility companies at least 48 hours in advance, excluding weekends 44 and holidays, before starting excavation. 45 b. Request the location of buried lines and cables in the vicinity of the proposed 46 work. 47 B. Sequencing CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASEII CITY PROJECT NO. - 02200 I 33 05 10-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 1. Sequence work for each section of the pipe installed to complete the embedment 2 and backfill placement on the day the pipe foundation is complete. 3 2. Sequence work such that proctors are complete in accordance with ASTM D698 4 prior to commencement of construction activities. 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to construction. 8 C. Emergency Action Plan (EAP) to address contingency plan in [lie event of damage to or 9 failure of Large Diameter Wastewater Line (LDWWL). 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS I I A. Shop Drawings 12 1. Provide detailed drawings and explanation for ground water and surface water 13 control, if required. 14 2. Trench Safety Plan in accordance with Occupational Safety and Health 15 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 16 Excavations 17 3. Stockpiled excavation and/or backfill material 18 a. Provide a description of the storage of the excavated material only if the 19 Contract Documents do not allow storage of materials in the right-of-way of the 20 easement. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE ]NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage 26 1. Within Existing Rights -of -Way (ROW) 27 a. Spoil, imported embedment and backfill materials may be stored within 28 existing ROW, easements or temporary construction casements, unless 29 specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. Store materials only in areas barricaded as provided in the traffic control plans. 33 e. In non -paved areas, do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils, embedment or 37 backfill materials within the ROW, easement or temporary construction 38 casement, then secure and maintain an adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 31 25 00. 42 d. Do not block drainage ways. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE If CITY PROJECT NO. - 02200 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pape fi of'21 l e. Only materials used for 1 working day will be allowed to be stored in the work 2 zone. 3 I3. Deliveries and haul -off - Coordinate all deliveries and haul -off. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Existing Conditions 6 1. Any data which has been or may be provided on subsurface conditions is not 7 intended as a representation or warranty of accuracy or continuity between soils. It 8 is expressly understood that neither the City nor the Engineer will be responsible 9 for interpretations or conclusions drawn there from by the Contractor. 10 2. Data is made available for the convenience of the Contractor. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the Iimits on deleterious substances per Table I for fine aggregate according to ASTM C 33 e. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C 136, Sieve Size Percent Retained '/Z" 0 ��4 0-5 #4 0-10 #16 0-20 450 20-70 #100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c_ May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR PHASE 11 CITY PROJECT NO. - 02200 330S 10-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagc 7 of 21 1 b. Meets the gradation of ASTM D448 size numbers 8 or 89 2 c. May be unwashed 3 d. Free from significant silt clay or unsuitable materials. 4 e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C535 5 f Not more than a 12 percent maximum loss when subjective to 5 cycles of 6 sodium sulfate soundness per ASTM C88 7 4. Ballast Stone 8 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 9 b. May be unwashed 10 e. Free from significant silt clay or unsuitable materials 1 I d. Percentage of wear not more than 40 percent per ASTM C13 l or C535 12 c, Not more than a 12 percent maximum loss when subjected to 5 cycles of 13 sodium sulfate soundness per ASTM C88 14 5. Acceptable Backfill Material 15 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 16 ASTM D2487 17 b. Free from deleterious materials, boulders over 6 inches in size and organics 18 c. Can be placed free from voids 19 d. Must have not more than 20 percent passing the number 200 sieve 20 6. Blended Backfill Material 21 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 22 b. Blended with in -situ or imported acceptable Backfill material to meet the 23 requirements of an Acceptable Backfill Material 24 c. Free from deleterious materials, boulders over 6 inches in size and organics 25 d. Must have not more than 20 percent passing the number 200 sieve 26 7. Unacceptable Backfill Material 27 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 28 D2487 29 8. Select Fill 30 a. Classified as SC or CL in accordance with ASTM D2487 31 b- Liquid limit less than 35 32 c- Plasticity index between 8 and 20 33 9. Cement Stabilized Sand (CSS) 34 a. Sand 35 1) Shall be clean, durable sand meeting grading requirements for line 36 aggregates of ASTM C33 and the following requirements: 37 a) Classified as SW, SP, or SM by the United Soil Classification System 38 of ASTM D2487 39 b) Deleterious materials 40 (1) Clay lumps, ASTM C142, less than 0.5 percent 41 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent 42 (3) Organic impurities, ASTM C40, color no darker than standard 43 color 44 (4) Plasticity index of 4 or less when tested in accordance with ASTM 45 D4318. 46 b. Minimum of 4 percent cement content of Type 1/11 portland cement 47 c. Water 48 1) Potable water, free of soils, acids, alkalis, organic matter or other 49 deleterious substances, meeting requirements of ASTM C94 CITY OF FORT WORTH SYCAMOR17 CREEK R1=LIEF INTERCEPTOR PHASE][ lI CITY PROJECT NO. - 02200 330510-8 UTILITY TRENCII EXCAVATION, FMBEDMEN'r, AND RAC'KFI1.1. Page 8 of 21 1 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 2 e. Strength 3 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 4 D 1633, Method A 5 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 6 D 1633, Method A 7 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 8 that exceeds the maximum compressive strength shall be removed by the 9 Contractor for no additional compensation. 10 f. Random samples of delivered product will be taken in the field at point of 1 1 delivery for each day of placement in the work area. Specimens will be 12 prepared in accordance with ASTM D1632. 13 10. Controlled Low Strength Material (CLSM) 14 a. Conform to Section 03 34 13 15 11. Trench Geotextile Fabric 16 a. Soils other than ML or OH in accordance with ASTM D2487 17 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 18 2) Fibers shall retain their relative position 19 3) Inert to biological degradation 20 4) Resist naturally occurring chemicals 21 5) UV Resistant 22 6) Mirafi 140N by Tcncate, or approved equal 23 b. Soils Classified as ML or OH in accordance with ASTM D2487 24 1) High -tenacity monofilament polypropylene woven yarn 25 2) Percent open area of 8 percent to10 percent 26 3) Fibers shall retain their relative position 27 4) Inert to biological degradation 28 5) Resist naturally occurring chemicals 29 6) UV Resistant 30 7) Mirafi FW402 by Tcncate, or approved equal 31 12. Concrete Encasement 32 a. Conform to Section 03 30 00. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION 38 A. Verification of Conditions 39 1. Review all known, identified or marked utilities, whether public or private, prior to 40 excavation. 41 2. Locate and protect all known, identified and marked utilities or underground 42 facilities as excavation progresses. 43 3. Notify all utility owners within the project limits 48 hours prior to beginning 44 excavation. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II CITY PROJECT NO. - 02200 2 : 3 4 5 6 7 8 9 33 05 10- 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. - Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 10 3.3 PREPARATION 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Protection of In -Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident CITY OF FORT WORTH SYCAMORE CREEK RFLIL-F INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 3305 10- 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal -- Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast anus, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, avast arms, pull boxes, traffiic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 15 3.4 INSTALLATION 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A_ Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Un less otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfillcd in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock— No additional compensation will be paid for rock excavation or other changed field conditions- B. Sboring, Sheeting and Bracing CI "I Y OI FORT WORTH SYCAMORE: CREEK RELIEF INTERCEPTOR PI IASE II CITY PROJECT NO. - 02200 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I I of 21 I I . Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 6. Special Shoring Design Requirements 22 a. Have special shoring designed or selected by Contractor's Professional 23 Engineer to provide support for sides of excavations, including soils and 24 hydrostatic ground water pressures as applicable, and to prevent ground 25 movements affecting adjacent installations or improvements such as structures, 26 pavements, and utilities. Special shoring may be a premanufactured system 27 selected by Contractor's Professional Engineer to meet project site 28 requirements based on manufacturer's standard design. 29 C. Excavation and shoring requirements_ for proposed work or utility installation adjacent 30 to or across a LDWWL. 31 1. Identify LDWWL area in field and barricade off from construction activities. Allow 32 no construction related activities including, but not limited to, loading of dump 33 trucks and material staging or storage, on top of LDWWL. 34 2. Employ a groundwater control system when performing excavation activities within 35 ten feet of LDWWL to: 36 a. Effectively reduce hydrostatic pressure affecting excavations, 37 b. Develop substantially dry and stable subgrade for subsequent construction 38 operations, 39 c. Prevent loss of fines, seepage, boils, quick condition or softening of foundation 40 strata, and 41 d. Maintain stability of sides and bottom of excavations. 42 3. When edge of proposed trench or shoring is within a distance equal to one diameter 43 of LDWWL from outside of wall of LDWWL, valve or appurtenance: 44 a. Maintain minimum of four (4) feet horizontal clearance between proposed 45 utility and LDWWL 46 b. Auger Construction 47 1) Maintain minimum of four (4) feet horizontal clearance between proposed 48 utility and LDWWL. CITY Of FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 2) Dry auger method required when auger hole is 12-inches and larger in diameter. c. Open Cut Construction and Auger pits 1) Perform hand excavation when within four (4) feet of LDW WL. 2) Employ hydraulic or pneumatic shoring system. Do not use vibratory or impact driven shoring or piling. 3) Expose no more than 30-feet of trench prior to backfilling. 4) A maximum of one (1) foot of vertical trench shall be un-braced at a time to maintain constant pressure on face of excavated soil. 5) Upon removal of shoring system, inject flowable fill into void space left behind by shoring system. Comply with Section 03 34 13 — Controlled Low Strength Material (CLSM). 6) When edge of utility excavation is greater than one diameter of LDWWL from outside wall of LDWWI,, use a shielding system as required by Project Manager and proposed utility standards and practices. D. Water Control 1. Surface Water a_ Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b, Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured, d, Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) 1f in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation, d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System_ e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan, 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. CITY OF FORT WORTI I SYCAMORE CREEK RELIEF INTERCEPTOR PHASE II C I TY PROJECT NO. - 02200 33 05 10 - 13 UTILITY TRENCH EXCAVATION. EMBEOMFNT. AND BACKFILL Page 13 of 21 I h. Water Disposal 2 1) Dispose of ground water in accordance with City policy or Ordinance. 3 2) Do not discharge ground water onto or across private property without 4 written permission. 5 3) Permission from the City is required prior to disposal into the Sanitary 6 Sewer, 7 4) Disposal shall not violate any Federal, State or local regulations. 8 E. Embedment and Pipe Placement 9 1. Water Lines less than, or equal to, 12 inches in diameter: 10 a. The entire embedment zone shall be of uniform material. 11 b. Utility sand shall be generally used for embedment. 12 c. If ground water is in sufficient quantity to cause sand to pump, then use 13 crushed rock as embedment. 14 1) If crushed rock is not specifically identified in the Contract Documents, 15 then crushed rock shall be paid by the pre -bid unit price. 16 d. Place evenly spread bedding material on a firm trench bottom. 17 e. Provide firm, uniform bedding. 18 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 19 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 20 proposed grade, unless specifically called for in the Drawings. 21 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 22 more than 12 inches, above the pipe. 23 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 24 the elevation of the valve nut. 25 j. Form all blocking against undisturbed trench wall to the dimensions in the 26 Drawings. 27 k. Compact embedment and initial backfill. 28 1. Place marker tape on top of the initial trench backfill in accordance with 29 Section 33 05 26. 30 2. Water Lines 16-inches through 24-inches in diameter: 31 a. The entire embedment zone shall be of uniform material. 32 b. Utility sand may be used for embedment when the excavated trench depth is 33 less than 15 feet deep. 34 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 35 trench depths 15 feet, or greater. 36 d. Crushed rock shall be used for embedment for steel pipe. 37 e. Provide trench geotextile fabric at any location where crushed rock or fine 38 crushed rock come into contact with utility sand 39 £ Place evenly spread bedding material on a firm trench bottom. 40 g. Provide firm, uniform bedding. 41 1) Additional bedding may be required if ground water is present in the 42 trench. 43 2) If additional crushed rock is required not specifically identified in the 44 Contract Documents, then crushed rock shall be paid by the pre -bid unit 45 price. 46 h. Place pipe on the bedding according to the alignment shown on the Drawings. 47 i. The pipe line shall be within: 48 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 49 lines CITY OF FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 33 05 10- 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pane 14 of 21 j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or line crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. 1) AdditionaI bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within. 1) +1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations_ i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (LAN deletion) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniforn bedding. CITY OF FORT WORTH SYCAMORE- CREEK RELIEF INTERCEPTOR -- PHASF I1 CITY PROJECT NO -02200 I 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagc 15 of 21 1 1) Additional bedding may be required if ground water is present in the 2 trench. 3 2) If additional crushed rock is required which is not specifically identified in 4 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 5 price. 6 f. Place pipe on the bedding according to the alignment shown in the Drawings. 7 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 8 with the grade shown on the Drawings. 9 h. Place and compact with vibratory equipment embedment material to adequately 10 support haunches in accordance with the pipe manufacturer's I 1 recommendations. 12 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 13 exceed 12-inches prior to compaction. 14 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 15 but not more than 12 inches, above the pipe. 16 k. Compact the embedment and initial backfill to 98 percent Standard Proctor 17 ASTM D 698. 18 1. Density test may be perfonned by City to verify that the compaction of 19 embedment meets requirements. 20 m. Place trench geotextile fabric around embedment as shown in embedment 21 details. 22 n. Place marker tape on top of the trench geotextile fabric in accordance with 23 Section 33 05 26. 24 5. Storm Sewer (RCP) 25 a. The bedding and the pipe zone up to the spring line shall be of uniform 26 material. 27 b. Crushed rock shall be used for embedment up to the spring line. 28 c. The specified backfill material may be used above the spring line. 29 d. Place evenly spread bedding material on a firm trench bottom. 30 e. Spread bedding so that lines and grades are maintained and that there are no 31 sags in the storm sewer pipe line. 32 f. Provide film, uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 37 price. 38 g. Place pipe on the bedding according to the alignment of the Drawings. 39 h. The pipe line sball be within ±0.1 inches of the elevation, and be consistent 40 with the grade, shown on the Drawings. 41 i. Place embedment material up to the spring line. 42 1) Place embedment to ensure that adequate support is obtained in the haunch. 43 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 k. Density test may be perfonned by City to verify that the compaction of 46 embedment meets requirements. 47 1. Place trench geotextile fabric on top of pipe and crushed rock. 48 6. Storm Sewer Reinforced Concrete Box 49 a. Crushed rock shall be used for bedding. 50 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORTH SYCAMORE- CREEK RELIEF INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 330510-16 UTILITY TRENCH VXCAVATION. EMBEDMENT, ANT) BACKFILL Page 16 of 21 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identi Fled in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within +0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line, e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. F. Trench Iackfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORT I SYCAMORr CRI:I;K RFLIFF INTERCEPTOR— PHASk, 11 CI I Y PROJECT NO. - 02700 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Plage 17 01'21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill depth less than 15 feet 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 10 1) Backfill depth from 0 tol5 feet deep ]I a) Backfill with: 12 (1) Acceptable Backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specifically required 20 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 21 1) Backfill with: 22 a) Acceptable backfill material, or 23 b) Blended backfill material 24 d. Backfill for service lines: 25 1) Backfill for water or sewer service lines shall be the same as the 26 requirement of the main that the service is connected to. 27 3, Required Compaction and Density 28 a. Final backfill (depths less than 15 feet) 29 1) Compact acceptable backfill material, blended backfill material or select 30 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 31 moisture content within -2 to +5 percent of the optimum moisture. 32 2) CSS or CLSM requires no compaction. 33 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 34 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 35 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 36 moisture. 37 2) CSS or CLSM requires no compaction. 38 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 39 1) Compact acceptable backfill material blended backfill material, or select 40 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 41 moisture content within -2 to +5 percent of the optimum moisture. 42 4. Saturated Soils 43 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 44 optimum moisture content, the soils are considered saturated. 45 b. Flooding the trench or waterjetting is strictly prohibited. 46 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 47 Appendix, Contractor shall proceed with Work following all backfill 48 procedures outlined in the Drawings for areas of soil saturation greater than 5 49 percent. CITY OF 1 ORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in Ioose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques wound structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. CITY OF FORT WORTH SYCAMORE CREEK REL.] EF INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of21 1 d. Significant changes in soil conditions will require an additional Means and 2 Methods demonstration. 3 3.5 REPAIR [NOT USED] 4 3.6 RE -INSTALLATION jNOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A. Field Tests and Inspections 7 1. Proctors 8 a. The City will perform Proctors in accordance with ASTM D698. 9 b. Test results will generally be available to within 4 calendar days and distributed 10 to: I 1) Contractor 12 2) City Project Manager 13 3) City Inspector 14 4) Engineer 15 c. Notify the City if the characteristic of the soil changes. 16 d. City will perform new proctors for varying soils: 17 1) When indicated in the geotechnical investigation in the Appendix 18 2) If notified by the Contractor 19 3) At the convenience of the City 20 e. Trenches where different soil types are present at different depths, the proctors 21 shall be based on the mixture of those soils. 22 2. Density Testing of Backfill 23 a. Density Tests shall be in conformance with ASTM D2922. 24 b. Provide a testing trench protection for trench depths in excess of 5 feet. 25 c. Place, move and remove testing trench protection as necessary to facilitate all 26 test conducted by the City. 27 d. For final backfill depths less than 15 feet and trenches of any depth not under 28 existing or future pavement: 29 1) The City will perform density testing twice per working day when 30 backfilling operations are being conducted. 31 2) The testing lab shall take a minimum of 3 density tests of the current lift in 32 the available trench. 33 e. For final backfill depths 15 feet and greater deep and under existing or future 34 pavement: 35 1) The City will perform density testing twice per working day when 36 backfilling operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests of the current lift in 38 the available trench. 39 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 40 f. Make the excavation available for testing. 41 g. The City will determine the location of the test. 42 h. The City testing lab will provide results to Contractor and the City's Inspector 43 upon completion of the testing. 44 1. A formal report will be posted to the City's Buzzsaw site within 48 hours. 45 J. Test reports shall include: 46 1) Location of test by station number 47 2) Time and date of test CITY OF FORT wORTI I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE Il CITY PROJECT NO. - 02200 33 05 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagc 20 of 21 l 3) Depth of testing 2 4) Field moisture 3 5) Dry density 4 6) Proctor identifier 5 7) Percent Proctor Density 6 3. Density of Embedment 7 a. Storm sewer boxes that are embedded with acceptable backfill material, 8 blended backfill material, cement modified backfill material or select material 9 will follow the same testing procedure as backfill. 10 b. The City may test fine crushed rock or crushed rock embedment it) accordance I 1 with ASTM D2922 or ASTM 1556. 12 B. Non -Conforming Work 13 1. All non -conforming work shall be removed and replaced. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES 18 3.12 PROTECTION 19 A. Protect and support above -grade and below -grade utilities which are to remain. 20 B. Restore damaged permanent facilities to pre -construction conditions unless replacement 21 or abandonment of facilities is indicated on Drawings. 22 C. Take measures to minimize erosion of trenches. Do not allow water to pond in trenches. 23 Where slides, washouts, settlements, or areas with loss of density or pavement failures 24 or potholes occur, repair, re -compact, and pave those areas at no additional cost to City. 25 D. Contingency plans for proposed work or utility installation adjacent to or across a 26 LDW W L: 27 1. Conduct on -site emergency drill prior to commencing proposed utility installation, 28 and at three month intervals to assure EAP is current. 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] tit END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added ltem for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A Additional notes for pavement protection and positive drainage. 3.4.E.2 Added requirements for backfill of service lines. 3.4.E.5 Added language prohibiting flooding of trench CITY OF FORT wORTII SYCAMORE CREEK RELIEF INTFRCFPTOR PIIASE II CITY PROJECT NO. - 02200 r J I 6/18/2013 D. Johnson 12/12/16 Z. Arega CITY OF FORT WORTI I 330510 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT. AND BACKFIL.L Pagc 21 of 21 1.2.A.3 -- Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A Added language for concrete encasement 2.2.A.1.d Modify gradation for sand material SYCAMORE CREEK RELIEF IN FERC1iPTOR — PHASE 11 CITY PROJECT NO. - 02200 330513-I FRAME, COVER, AND GRADE RINGS Pagc I of 6 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 stonn drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. LAN modifications are shown in blue text. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a_ This item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 d. ASTM D 1248 — Standard Specification for Polyethylene Plastic Molding and 33 Extrusion Materials 34 e. ASTM D790 — Standard Test Methods for Flexural Properties of Unreinl'orced 35 and Reinforce Plastics and Electrical Insulating Materials 36 f. ASTM D256 — Standard Test Methods for Determining the Izod .Pendulum 37 Impact Resistance of Plastics 38 g. ASTM G 154 - Standard Practice for Operating Fluorescent Light Apparatus for 39 UV Exposure of Nonmetallic Materials CITY OF FORT l4ORT]I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE IF CITY PROJECT NO. - 02 200 330513-2 FRAME, COVER, AND GRADLI RINGS Pas!c 2 of 6 1 2 3. American Association of State Highways and Transportation Officials (AASHTO) 3 a. AASHTO M306 -- Standard Specification for Drainage, Sewer, Utility and 4 Related Castings 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 9 fabrication for specials. to 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A_ Product Data 12 1. All castings shall be cast with. 13 a. Approved manufacturer's name 14 b. Part number 15 C. Country of origin 16 2. Provide manufacturer's_ 17 a. Specifications 18 b. Load tables 19 c. Dimension diagrams 20 d. Anchor details 21 c. Installation instructions 22 B. Certificates 23 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 24 designations. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 34 A. Manufacturers CITY OF FORT wORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 CITY PRO I ECT NO. - 02200 r 33 0-) 13 -3 FRAME. COVER, AND GRADI. RINGS Pare 3 +aC 6 1 1. Ma-nc-nlc rirr and comer shall he of'corrtlaosit.e: material as ratanufacturtd h) 2 C0111POSite : uccNS E'r-OdWtS 1-JI. or pre -approved equivalent. 3 2. Any product that is not listed on the Standard Products List is considered a 4 substitution and shall be submitted in accordance with Section 01 25 00. 6 1:3. (. za_9trnr y 7 I. t , ca5tir,;,s i�ar fi<anneN that conform to ASTIA A18, CLiss 35F3, AS i-ls:'l 1.)1249, or 8 Ncuc>. 9 2. lase c:€rstis.gs for covers that confonn to AS"I'IM A536, Grade 6-45-1 I ASTM 10 D-190_ retaining ing at lcast 75M,, of control ara.lues, or better. I t. I',;; Cigna casting capable of withstanding application of'AAS1I 10 1l>-20 Nellicle 12 bracing with 1)errraaraent detOrni €1lon. 13 4. Sm c miens of compositc coves shall be tested for ultimate flexural strength, 14 rctrainin,, at least 75'-,'10' of eolltr-ol values for load and deflection at failure rafter 15 cOiId'!"sMimi specimens according to AS7 41 C3154 Cycle 1 f-or 1000111-. 16 5. C'w' Lr:s 17 It. )ize to set flush with the fl me with Ito lar ee thana 1.18 inch gaP be€ °sera the 18 (rumie and cotter 19 h. Provide with minimum 1,5 inch wide pick slots in lieu. of pick Proles. , 20 c. � F}ra}v1dc -,as et ua trafl3e auc s.nWf_ 21 d. Standard Dimensions 22 l) Saniear v Sewer 23 a) Provide a clear opening of 30 inches for all sanitary sever frames and 24 cover assemblies unless otherwise specified in the C"orrtract Docrar- mills. 25 bJ Cornposite frame walls a( street level of at least W8 inch thickness 26 where vehicles may (sass. 27 21 Storrn Drain 28 :) Provide a clear opening of'22 1l2 inches for all storm drain Jrarraes. 29 inlets .and cover asserrlblics unless otherwise specified in the Coatract 30 Documents. 31 l}) Provide .a minimum.. clear- openi.rig of30 inches liar• all stctrna sewer 32 rnalaholes and juriction structures. 33 =.) ComposiTe fi-arne malls at strcct level of at least' 8 inch thickladss 34 t hcr•e v hicics may (sass. 35 t. Standard Labels 36 1: water 37 a) Cast lid with the %-ord "WATER" in at least .l .25 inch letters :across l.lre 38 lid. 39 , € ;s -mi .ra.ry �s'em-0r 40 a) Cast lied with the word -SANNITARY SEWER" in at least 1.25 Inch 41 keu'-r:� across the litf. 42 '�u,r-rn Drai.rt 43 -:'! Gist lid -vv-ith the word '-S'fORM DRAIN" in al leasi 1.2 nc.11 1ettc=a 44 :.t 1'os the lid. 45 li C ountry of'ori-'in 46 :1 i li'9tll thc coullllw cif orit'rrt molded or c ast'-d hater the 'op % rsihlc 47 ,tr :tr of the co-ker: "Made In CITY OF 1 ORl WOR f H SYCAMORE CREEK RELIEF INTLRCI PTOR — PHASE 11 CITY PROJECT NO - 02200 3305 13 -4 FRAME, COVER, AND GRADE RINGS Pagc 4 cf 6 l 5) Manufacturing Traceability 2 a) Name or abbreviation of manufacturer molded or tasted into the cover 3 and frame 4 b) Manufacturing date molded or tasted into the cover and frame. 5 f. Hinge Covers 6 1) Provide water tight gasket on all hinged covers. 7 2) Water 8 a) Provide hinged covers for all water structures. 9 3) Sanitary Sewer 10 a) Provide hinged covers for all manholes or structures constructed over 11 24-inch sewer lines and larger and for manholes where rim elevations 12 are greater than 12 inches above the surface. 13 g. Locking or Bolting Systems 14 1) Materials 15 a) All constituents of locking systems must be made of non -corrosive 16 materials: Austenite -316 Stainless or a high strength polymer grade. 17 C. Grade Rings 18 1. Provide grade rings in sizes from 1/4-inch up to 4-inch. 19 2. Slope adjustment grade rings to be used when required. 20 3. Grade rings to be recycled HI)PE. 21 D. Joint Sealant 22 1. Provide an approved butyl rubber sealant in an extrudable or flat tape form. 23 2. Provide sealant that is not dependant on a chemical action for its adhesive 24 properties or cohesive strength. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Grade Rings 33 1. For HDPF: Grade Rings: 34 a. Clean debris from the top of the concrete cone or top slab with a whisk, broom 35 or chisel to insure a flat seating surface. 36 b. For concrete manholes, place butyl rubber sealant against the interior surface of 37 the male lip of the first ring that wil I sit on the cone section. 38 c. Install a second application of sealant to that ring, between first sealant and the 39 holes. The second application of the sealant helps the first ring to seal level. CITY OF PORT WOR rH SYCAMORE. CREEK RELIEF INTERCEPTOR — PHASI; It CITY PROJECT NO_ - 02200 1 2 3 4 S 6 7 8 9 10 I 12 13 14 15 16 17 I 18 19 20 f 21 22 , 23 24 25 26 27 28 29 30 1 31 32 33 34 35 36 3305 13 -5 FRAME, COVER, AND GRADE RINGS Pagc 5 or d. Apply the sealant around the second ring on the flat side, as close to the male lip as possible, being careful to cover the entire 360 degrees of the ring. c. Install the second ring (male lip down), on top of t11e first ring. Compress the sealant by standing on the rings. F. Continue steps D & E using combined heights of flat and sloped rings as required for each mallliole to obtain a height difference within '''14" of grade, after casting is installed in step G. g. Prior to placing the casting, install an approved sealant to the top of the last ring so the sealant is between the casting and all 360 degrees of the flat portion of the top ring. h. All HDPE rings are installed male lip down on concrete manholes. i. Install cast -in -place concrete surrounding HDPE grade adjustment rings. Do not wipe interior of HDPE manhole grade rings with concrete. j. Any variations of these steps must be approved by the Engineer 2. For all other Grade Rings: a. Place as shown in the water and sanitary sewer City Standard Details. b. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. c. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover I. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For stone drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a_ Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY Of FORT WORT[ I SYCAMORE CREEK REL.1Ef ]NTI:RC'I=PTQR P11ASI II CITY PROJGC'T NO. - 02200 330513-6 FRAME, COVER, AND GRADE RINGS Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD jolt] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 39 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION ]NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] m 12 13 END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE 6/25/2014 F. Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22 % inches rather than 19'/a inches. 1/22/2016 F. Griffin Part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to match Detail 33 05 16- 13417. 6/21/17 R. 5auceda Modified to allow use of composite frame and cover CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE: 11 CITY PRO.I IiC I NO. - 02200 I 33 39 621 - I CONCRETE POLYMER MANHOLES Pagc I of 5 1 SECTION 33 39 21 2 CONCRETE POLYMER MANHOLES 3 4 PART GENERAL 5 1.1 SCOPE 6 A. This specification covers acid resistant polymer manholes intended for use in sanitary sewers, 7 stonn sewers and water lines, where corrosion resistance is required. 8 1.2 PRICE AND PAYMENT PROCEDURES 9 A. Measurement and Payment 10 1. Manhole 11 a. Measurement 12 1) Measurement for this Item shall be per each Concrete Polymer Manhole 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this Item shall 15 be paid for at the unit price bid per each "Manhole" installed for: 16 a) Various sizes 17 b) Various types 18 c. The price bid will include: 19 1) Manhole structure complete in place 20 2) Excavation 21 3) Forms 22 4) Reinforcing steel (if required) 23 5) Concrete 24 6) Backfill 25 7) Foundation 26 8) Drop pipe 27 9) Stubs 28 10) Frame 29 11) Cover 30 I2) Grade rings 31 13) Pipe connections 32 14) Pavement removal 33 15) Hauling 34 16) Disposal of excess material 35 I7) Placement and compaction of Backfill 36 18) Clean-up 37 2. Extra Depth Manhole 38 a. Measurement 39 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to 40 the nearest 1/10 foot. 41 b. Payment CITY OF FORT wOR rrt SYCAMORE CREEK RELIEF INTERCEPTOR — PI IASE I I PROTECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1.3 1.4 3339621 -2 CONCRETE POLYMER MAN] IDLES Page 2 of 5 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for `Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 1 1) Cover f 2) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up REFERENCES A. ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete Manhole Sections. B. ASTM C 857 (most current) Standard Practice for Minimum Structural Design Loading for Underground Utility Structures. C. ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under Flexural Load in Edgewise Position. D. ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe. E. ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced Resins- F. ASTM C 923 (most current) Standard Specifications for Resilient Coruiectors between Concrete Manholes Structures and Pipe. G. ASTM C 990 (most current) Standard Specification for Joints for Concrete Pipe, Manholes and Precast Box Sections using Preformed Flexible Joint Sealants H. ASTM C 497 (most current) Test Methods for Concrete Pipe, Manhole Sections, or Tile. 1. AASHTO LRFD Bridge Design Specifications SUBMITTALS A. Conform to bid document requirements. B. Submit manufacturer's data and details of following items for approval: CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 PROJECT NO. - 02200 I 33 39 621 -3 CONCRETE POLYMER MANHOLES Page 3 of 5 1 I . Shop drawings of manhole sections, base units and construction details, jointing 2 methods, materials and dimensions 3 2. Summary of criteria used in manhole design including, as minimum, material properties, 4 loadings, load combinations, and dimensions assumed. Include certification from 5 manufacturer that acid resistant polymer manllole design meets or exceeds the load and 6 strength requirements of ASTM C 478 and ASTM C 857 7 3. Frames, grates, rings and covers 8 4. Materials to be used in fabricating drop connections 9 5. Materials to be used for pipe connections at manhole walls 10 6. Materials to be used for stubs and stub plugs, if required 11 7. Proof of independent Chemical Resistance testing conducted in accordance with the 12 Standard Specifications for Public Works Construction (California Greenbook) Section 13 2I 1-2 or equal. 14 C. Submitted sealed drawings by a registered Professional Engineer 15 16 PART 2 PRODUCTS 17 2.1 ACID RESISTANT POLYMER MANHOLES 18 A. Provide acid resistant polymer manhole sections, base sections and related components 19 conforming to ASTM C 478. ASTM C 478 material and manufacturing is allowed 20 compositional and dimensional differences required by a polymer product. 21 B. Provide base riser section with integral floors, unless shown otherwise. 22 C. Provide riser sections joined with bell and spigot / ship -lap design seamed with butyl mastic 23 (ASTM C 990) so that on assembly, manhole base, riser and top section make a continuous 24 and uniform manhole. 25 D. Construct riser sections for polymer manholes from standard polymer manhole sections of the 26 diameter indicated on drawings. 27 E. Use various lengths of manhole sections in combination to provide correct height with the 28 fewest joints. 29 F. Design wall sections for depth and loading conditions with waII thickness as required by 30 polymer manufacturer. 31 G. Provide tops to support HL-93 vehicle loading and receiving cast iron frame covers, as 32 indicated on drawings. 33 H. Where polymer transition slabs are required provide precast base sections with flat polymer 34 slab top sections used to transition to 48-inch diameter manhole access riser sections. 35 Transition can be concentric or eccentric as shown on drawings. Locate transition to provide 36 minimum of 7-foot head clearance from base to underside of transition unless otherwise 37 approved by engineer. 38 2.2 DESIGN CRITERIA: 39 A. Manhole risers; transition slabs, conical tops, grade rings and manhole base sections shall be 40 designed, by manufacturer, to meet the intent of ASTM C 478 with allowable compositional 41 and sizing differences required by a polymer product. 42 1. AASHTO LRFD HL-93 design live loading applied to manhole cover and transition and 43 base slabs. 44 2. Polymer manholes will be designed based upon live and dead load criteria in ASTM C 45 857. CITY OF FORT WORTI I SYCAMORE CREEK RELIEF INTERCEPTOR - PHASE 11 PROJECT NO. - 02200 33 39 621 -4 CONCRETE POLYMER MANHOLES Page 4 of 5 1 3. Unit soil weight of 120 pcf located above portions of manhole, including base slab 2 projections. 3 4. Internal liquid pressure based on writ weight of 63 pcf. 4 5. Dead load of manhole sections fully supported by transition and base slabs. 5 2.3 DESIGN: 6 B. Manhole risers, transition slabs, conical tops, grade rings and manhole base sections shall be 7 designed, by manufacture, to requirements of ASTM C 478 and ASTM C 857 as modified to 8 accept polymer construction in lieu of concrete as follows: 9 1. Polymer Mixture -the mixture shall consist solely of thermosetting resin sand and 10 aggregate. No cementitious materials shall be allowed as part of the mix design matrix. 11 All sand and aggregate shall be nonreactive in an acid enviromnent. 12 2. Required wall thickness for all members will be that stated by polymer manhole 13 manufacturer based upon loading conditions and material properties. The wall thickness 14 of risers and conical tops shall be not less than that prescribed by the manufacturer's 15 design by more then 5%. A wall greater than the prescribed design shall not be cause for 16 rejection. 17 3. Thermosetting Resin - The resin shall have a minimum of deflection temperature of 158' 18 F when tested at 264 psi (1.820 mPa) following Test Method D 648. The resin content 19 shall not be less than 7% of the weight of the sample as determined by test method D 20 2584. Resin selection shall be suitable for applications in the corrosive conditions to 21 which the structures will be exposed_ 22 4. Each manhole component shall be free of all defects, including indentations, cracks, 23 foreign inclusions and resin starved areas that, due to their nature and degree or extent, 24 detrimentally affect the strength and serviceability of the component part. The internal 25 diameter of manhole components shall not vary more than 1%. Variations in height of 26 two opposite sides of risers and conical tops shall not be more the 5/8 inch. The under run 27 in height of a riser or conical top shall not be more than 1/4in./ft of height with a 28 maximum of/z inch in any one section. 29 5. Marketing and Identification - Each manhole shall be marked on the inside and outside 30 with the following information - Manufacturer's name or trademark, Manufacturer's 31 location and Production Date. 32 6. Manhole joints shall be assembled with a bell/spigot or shiplap butyl mastic joint so that 33 on assembly, manhole base, riser and top section make a continuous and uniform 34 manhole. Joint scaling surfaces shall be free of dents, gouges and other surface 35 irregularities that would affect joint integrity. 36 7. Minimum clear distance between two wall penetrations shall be a minimum of 6" on 48" 37 to 72" diameter manholes and a minimum of 8" on larger diameter manholes. A 38 clearance of 3" is required between wall penetration and joint. 39 8. Construct invert channels to provide smooth flow transition waterway with no disruption 40 of flow at pipe -manhole connections. Invert slope through manhole is as indicated oil 41 drawings. Provide curves for side inlets and smooth invert fillets for flow transition 42 between pipe inverts. Polymer bench and channel are to be constructed with all resin 43 aggregate material — no alternative fill material is allowed. Extended base footer 44 requirements for buoyancy concerns can be addressed with cementitious concrete 45 material. CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASF II PROJFU NO. -022U0 0 3339621 -5 CONCRETE POLYMER MANHOLES Page 5 of'5 1 9. Provide resilient connectors conforming to requirements of ASTM C 923 or as a required 2 by owner. All connectors are to be water tight. Install approved resilient connectors at 3 each pipe entering and exiting manholes in accordance with manufacturer's instructions. 4 10. Exceptions to AST.M C 478- components shall be designed for the intended combinations 5 of manufacturing materials. Component designs may be as non -reinforced members or 6 reinforced members as recommended by the manufacturer. Steel reinforcement is not 7 required for circumferential reinforcement, joint reinforcement, base slab reinforcement 8 or hoop reinforcement, but may be placed for the purpose of product handling. 9 2.4 QUALITY CONTROL 10 A. Facility Quality Control should be maintained by adhearing to ISO 9001 for manufaeturning. 11 All fabricators will be ISO 9001 Certifiied. All fabrication will take place in an all polymer I2 concrete fabrication facility. At no time will the polymer concrete fabrication facility share 13 the facility with a cementitious precast product production facility. 14 2.5 GROUTING 15 A. All materials needed for grouting and patching will be a polyester mortar compound provided 16 by the manufacturer or an approved equal by the manufacture. 17 18 19 20 END OF SECTION CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR P11ASE 11 PROJECT NO. - 02200 33 39 22 - 1 + POLYMER CONCRETE UTILITY STRUCTURES Pagc I ul d SECTION 33 39 22 POLYMER CONCRETE UTILITY STRUCTURES PART 1 —GENERAL 1.1 SUMMARY A. This specification shall govern for the furnishing of all work necessary for installation of reinforced polymer concrete structures to be constructed. 1.2 REFERENCES A. ASTM D 6783 Standard specification for polymer concrete pipe B. ASTM C 890 Standard practice for minimum structural design loading precast water and wastewater structures C. ASTM C 990 Standard specification for joints for concrete pipe and manholes using flexible joint sealant D. ASTM C 923 Standard specification for resilient connectors between reinforced concrete manholes structures, pipes, and laterals E. ASTM C 33 Standard specification for concrete aggregates F. ASTM C 497 Standard test methods for concrete pipe, manhole sections, or tile a 1.3 SUBMITTALS A. Submittals shall be made in accordance with Section 01 33 00. Submittal shall be made at least 30 days prior to constructing structure. B. Submit shop drawings for each structure. Drawings shall include structure number, location, rim and invert elevations, dimensions, reinforcing details, joint details, and component parts. C. Submit calculations signed by a Professional Engineer demonstrating the structure meets the design criteria established in Section 33 39 22. D. Submit Manufacturer's certification for manhole steps (if applicable). E. Submit Manufacturer's certification for each type of cast iron frame, grate, and cover. 1.4 TOLERANCES A. Departure from and return to true vertical from the established structure alignment shall not exceed '12 inch per 10 feet, up to 2 inches for the total structure depth. CITY OF FORT WORTS I SYCAMORE CREEK RELIEF INTERCEPTOR — P1IA.SE 11 CITY PROJFCTNO - 02200 333922-2 POLYMER CONCRETE UTILITY STRUCTURES Page 2 of 4 PART 2 — PRODUCTS 2.1 MATERIALS (per ASTM D 6783) A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application. Resin content shall be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C 33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the structure. D. Elastomeric Gaskets: Gaskets, if used, shall be suitable for the service intended. All gaskets shall meet the requirement of ASTM C 443. Joint sealant, if used, shall meet the requirements of ASTM C 990. 2.2 MANUFACTURING AND PRODUCT CONSTRUCTION A. Structures: Components shall be manufactured by the vibratory vertical casting process resulting in a dense, non -porous, corrosion -resistant, homogeneous, composite structure. Structures shall be reinforced per manufacturer. Structures shall have monolithic base slabs. Cast in lifting devices shall not fully penetrate the wall or require sealing. B. Joints: Round manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water -tightness and both the gasket material and the manhole joint shall meet the requirements of ASTM C443. Round manholes shall utilize spigot and bell type joints incorporating either a confined o-ring or single step profile joint. Square and rectangular structures shall utilize a ship -lap joint and be sealed with a butyl rope sealant per ASTM C990 as recommended by the structure manufacturer. C. Pipe to Manhole Connections: Pipes shall be directly connected to all structures using resilient flexible pipe to manhole connector per ASTM C923 or casting in pipe couplers during the initial pour. Cold joint pipe stub grouting shall not be allowed unless shown on plans as such. In cases where cold joint pipe stubs are shown, they shall be grouted using a corrosion resistant grout and rubber water stop grout ring. D. Fittings: Cones, reducer slabs, and base slabs shall be of the same material as adjoining riser sections. E. Invert Channels: Invert channels shall be factory precast with polymer concrete. F. Acceptable manufacturer: Manufacturer of manholes shall employ manufacturing methods and material formulation in use for a minimum of 5 years. Manufacturer shall have been actively producing polymer concrete structures for a minimum of 7 years with no more than one year between projects. References demonstrating this requirement shall be submitted for review. 2.3 MANUFACTURER C ITY OF FOR'] WORT}1 SYCAMORE: CRL-LK RLLIEF 1NTLRCLPTOR — PHASL 11 CITY PROJECT NO. - 02200 333922-3 POI,YMT:R CONCRETE UTILITY STRUCTURES Page 3 of 4 A. Polymer concrete structures shall be manufactured by U.S. Composite Pipe, c Inc., a division of Thompson Pipe Group, or Armorock. 2.4 DESIGN A. Structures shall be designed to withstand all live loads and dead loads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Structural design calculations shall use the steel reinforcement as the sole means of carrying the tensile loading and the polymer concrete shall only be used for the compression loading. Structure shop drawings and calculations shall be sealed by a licensed Professional Engineer. B. Structure wall thickness shall be designed to resist hydrostatic pressures for full depth conditions from grade to invert. 1 C. Structures shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. Field cast floatation collars are acceptable. D. The structure shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). 2.5 TESTING A. Structures: Structures shall be manufactured in accordance with specifications. B. Joints: Joints shall meet the requirements of ASTM C 990. a C. Compressive strength: Polymer concrete shall have a minimum unconfined compressive strength of 9,000 psi when measured in accordance with ASTM C 497. 2.6 CUSTOMER INSPECTION 1 A. The Owner or other designated representative shall be entitled to inspect manholes and witness the manufacturing process. 2.7 HANDLING AND SHIPPING A. Handling and shipping shall be performed in accordance with the Manufacturer's instructions. PART 3 — EXECUTION 3.1 INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer's recommended practices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer's recommendation_ C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. CITY OF PORT WORT] I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II C[TY PROJECT NO. - 02200 333922-4 I'OI_YMERCONCRFTT UTILITY STRUMIRFS Page 4 of 4 2. Place gaskets or sealant at proper location on joint. 3. Use suitable equipment to handle and set structure. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the structure. D. Field Tests: A. Infiltration / Exfiltration Test: Maximum allowable leakage shall be per local specification requirements. END OF SECTION >>. CITY OF PORT WORTH SYCAMORE: CREEK RELIEF INTERCEPTOR— PHASE 11 CITY PROJECT NO - 02200 1 i 1 I I 33 39 60 - 1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page I of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes, pipes or other concrete facilities 8 that may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. LAN modifications are shown in blue text. 1 1 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 -- General Requirements 15 3. Section 33 01 30 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manholes 19 a. Measurement 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials fiirnislied in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per vertical foot of "Epoxy Manhole Liner" applied. 26 c. The price bid shall include: 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non -Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 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 unit price bid per square foot of "Epoxy Structure Liner" applied. 41 c. The price bid shall include: 42 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE ❑ CITY PROJECT NO. - 02200 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c- D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gagcs. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (NACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 01 33 00. 33 B- All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures 43 B_ Contractor Data CITY OF FORT WORTtF SYCAMORE CREEK RELIEF INTERCEPTOR PnASE 11 CITY PROJECT NO. - 02200 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Pagc 3 of 6 1 1. Current documentation from coating product manufacturer certifying Contractor's 2 training and equipment complies with the Quality Assurance requirements specified 3 herein 4 1 5 recent references of Contractor indicating successful application of coating 5 product(s) of the same material type as specified herein, applied by spray 6 application within the municipal wastewater environment 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 19 QUALITY ASSURANCE 10 i A. Qualifications 11 1. Contractor 12 a. Be trained by, or have training approved and certified by, the coating product 1 13 manufacturer for the handling, mixing, application and inspection of the coating 14 product(s) to be used as specified herein 15 b. Initiate and enforce quality control procedures consistent with the coating 16 product(s) manufacturer recommendations and applicable NACE or SSPC 17 standards as referenced herein 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Keep materials dry, protected from weather and stored under cover. 20 B. Store coating materials between 50 degrees F and 90 degrees F. 21 C. Do not store near flame, heat or strong oxidants. 22 D. Handle coating materials according to their material safety data sheets. E 23 1.11 FIELD ]SITE] CONDITIONS k 24 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 25 perform the specified work. 26 1.12 WARRANTY 27 A. Contractor Warranty ! 28 I. Contractor's Warranty shall be in accordance with Division 0. 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 32 A. Repair and Resurfacing Products 33 1. Compatible with the specified coating product(s) in order to bond effectively, thus 34 forming a composite system 35 2. Used and applied in accordance with the manufacturer's recommendations 36 3. The repair and resurfacing products must meet the following: 37 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 38 topcoating compatibility CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR - PI IASL 11 CITY PROJECT NO. - 02200 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 2 repair mortar that can be toweled or pneumatically spray applied and 3 specifically formulated to be suitable for topcoating with the specified coating 4 product used 5 B. Coating Product 6 1. The coating shall be S-301 Epoxy Spray System as manufactured by Warren 7 Environmental. Inc. or Pre -approval equivalent. 8 2. Capable of being installed and curing properly within a manhole or concrete utility 9 environment. 10 3. Resistant to all forms of chemical or bacteriological attack found in municipal 1 ] sanitary sewer systems; and, capable of adhering to typical manhole structure 12 substrates 13 4. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 14 following characteristics: 15 a. Application Temperature 50 degrees F, minimum 16 b. Thickness — 125 mils or 200 mils minimum, per paragraph 3AC 17 e. Color — White, Light Blue, or Beige 18 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 19 e. Tensile Strength (per ASTM D639) — 7,000 psi minimum 20 f. Hardness, Shore D (per ASTM D4541) — 70 minimum 21 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 22 maximum 23 b. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 24 i. Flexural Strength (per ASTM D790) — 12,000 psi minimum 25 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 26 failure 27 k. Chemical Resistance (ASTM D543/G20) all types of service for. 28 1) Municipal sanitary sewer environment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED} 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart -along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining .material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 01 30. CITY OF FORT WORTII SYCAMORF CRF.FK RI`:L[f{F INTERCEPTOR — PHASE 11 CITY PROJECT NO. - 02200 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3 - EXECUTION 1 t 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [ 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. i 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat s 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is failing versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 1 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION a ' 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils for pipe linings and pre -cast concrete manholes and 200 mils for cast-in- 40 place concrete structures. CITY OF FORT WORTII SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE It CITY PROJECT NO. - 02200 1 2 3 4 5 6 7 8 9 10 W 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 2. Apply coating from bottom of marihole frame to the bench/trough, including the bench/trough. 3. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. 4. Apply any topcoat or additional coats within the product's recoat window. a. Additional surface preparation is required if the recoat window is exceeded. 5. Allow a minimum of 12 hours of cure time or be set hard to touch before reactivating flow. 6. Allow cast -in -pace concrete to cure 28 days prior to coating. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Each structure will be visually inspected by the City the same day following the application. B. The inspector will check for deficiencies, pinholes and thin spots. C. If leaks are detected they will be chipped back, plugged and coated immediately with protective epoxy resin coating. 1. Make repair 24 hours after leak detection. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Upon final completion of the work, the manufacturer will provide a written certification of proper application to the City. B. The certification will confirm that the deficient areas were repaired in accordance with the procedure set forth in this Specification. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANCE CITY OF FORT WORTH SYCAMORE CRFFK RELICT INTERCEPTOR — PHASE 11 CITY PROJECT NO. -02200 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.07 Wage Rates GC-6.09 Permits and Utilities CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcaised July I, 2011 GCR4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY ]BLANK CITY OF FORT WORTH SYCAMORE. CREEK RELIEF INTERCEPTOR —PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcvfscd.luly 1.2011 GC-4.02 Subsurface and Physical Conditions '][']HIS ]PAGE LIE]F'T INTENTIONALLY BLANK CFFY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PE -EASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1. 2011 SYCAMORE CREEK RELIEF INTERCEPTOR, FORT WORTH, TEXAS GE©TECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas Prepared by: W, Gcrrondona & Associates, Inc. Prepared for: Lockwood, Andrews & Newnam, Inc. 1320 South University drive, University Centre II, Suite 450 Fort Worth, Texas 76107 Attention: Mr. Paul Banschbach, PE July 20, 2017 G&AI Project No. LAN_1602.00 GORRONDONA & ASSOCIATES, INC. -TEXAS ENGINEERING FIRM REGISTRATION No. F-7933 Gorrondona & Associates, Inc. July 20, 2017 Mr. Paul Banschbach, PE Lockwood, Andrews & Newnam, Inc. 1320 South University Drive University Centre II, Suite 450 Fort Worth, Texas 76107 Re: GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas G&AI Project No. LAN_1602.00 Dear Mr. Ranschbach: Gorrondona & Associates, Inc. (G&Al) Is pleased to submit Lhis Draft Geotechnical Engineering Report for the above -referenced project_ We appreciate the opportunity Lo work with ypu on this project, Please contact us if you have any questions or require additional services. Respectfully submitted, Saurav Sinha, E.I.T. Staff Engineer Lee Gurecky, P.E. Project Engineer— Geotechnical Engineering and CMT Services 7524 Jack Newell Blvd. South e Fort Worth, Texas 76118 - 817.496.1424 s Fax 817.496.1768 Gorrondona & Associates, Inc. —Texas Engineering Firm Registration No. r-7933 I TABLE OF CONTENTS I Page 1.0 Introduction.................................................................................................................... 1 2.0 Field Investigation.......................................................................................................... 2 3.0 Laboratory Testing 4.0 Site Conditions................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology.............................................................................................5 4.3 Soil/Rock......................................................................................................................5 } 4.4 Groundwater...............................................................................................................7 5.0 Analysis and Recommendations.....................................................................................7 5.1 Seismic Site Classification........................................................................................... 7 5.2 Construction Excavations .............................................. .............................................. 8 5.3 Groundwater Control 5.3.1 Testing 5.4 Demolition Considerations......................................................................................... 9 5.5 Loading on Buried Structures.................................................................................... 10 5.6 Retaining Structures ........... .... .... .......................................... .................................... Ill 5.7 Buried Piping............................................................................................................. 11 5.8 Tunneling.................................................................................................---..............12 6.0 General Comments........................................................................................................ 13 I APPENDICES 1 Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - Aerial Photographs Appendix E - USGS Topographic Map Appendix F - Site Photographs Appendix G - Geologic Information Appendix H - Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas 1.0 INTRODUCTION Project Location: The project is located at the intersection of E. Vickery Boulevard and Sycamore Street (Southern Terminus) going north parallel to the Sycamore Creek Golf Course roughly 5,000 linear feet (LF) toward Interstate 30 in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A — Project Location Diagrams. Project Description: The project consists of the following proposed improvements: A A approximately 66-inch diameter relief interceptor (totaling approximately 5,000 LF). The wastewater pipeline to be used for the project is made up of a fiber glass material. The project consists of open cut excavation along the alignment area located at the Sycamore Creek Golf Course and tunneling for the alignment area running perpendicular to the Union Station Rail line passing through East Lancaster Avenue north to the Fort Worth Branch Trinity Trails System adjacent to Interstate 30. Project Authorisation: This geotechnical investigation was authorized by Mr. Justin Reeves, PE with Lockwood, Andrews & A"itwnarn, Inc. and performed in accordance with the Subconsultant Agreement dated DecernbeF 27, 2016. Purpose and Methodology: The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. Cautionary Statement Regarding Use of this Report: As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&Al for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. G&AI Project No. LAN_1602.00 Page 1 Report Specificity: This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AI. 2.0 FIELD INVESTIGATION Subsurface Investigation: The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Boring surface Depth, feet Cate GP5 Locatlon3 Nas. Elevation bgsp Drilled Latitude Longitude Above (rnsl)a, (rest) B-014 - 30 7/15/2017 - B-02 - 30 6/29/2017 - - B-03 - 30 5/23/2017 - B-04 - 30 5/23/2017 - B-05 - 30 G/29/2017 - - B-06 3Q 1 6/29/2017 - - B-Q7- Notes: 1. msl = mean sea level 2. bgs = Lie -low w0fid surface 3. Survey d,N a is not avallj�ble at thr! a imeof writing %bis report 4. Boring B-01 was drilled on 7/15/2017, thus we will incorporate in the final report upon completion of lab testing. Boring Logs: Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C - Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Soil Sampling: Cohesive soil samples were generally obtained using Shelby tube samplers in accordance with American Society for Testing and Materials (ASTM) D1587. 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 undisturbed soils by the hydraulic pull -down of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils: 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 undisturbed sample at a constant rate to a depth of 0.25-inch. The results G&AI Project No. LAN_1602.00 Page 2 of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.50+. Granular Soil Sampling: Granular soil samples were generally obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lbs.) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP): Texas Cone Penetrometer tests were used to assess the apparent in -place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft.-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone measured at 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Rock Coring: Rock cores were generally obti lned using core barrel �.nr;piing procedures in general accordance with ASTM D2113. In Lhe core barrel procedure; a sample is obtained using a rotating hollow steel tube equipped with a coring bit. Groundwater Observations: Groundwater observations are shown on the boring logs. Borehole Plugging: Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORYTESTING G&AI performs visual classification and any of several laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests procedures utilized for this project, or referenced elsewhere relative to our geotechnical investigation and recommendations are tabulated below. G&AI Project No. LAN_1602.00 Page 3 I 1 i Test PrXedure _ - — - Desu'iption 1 ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle -Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75-µm) Sieve ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D2487 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D2488 Standard Practice for Description and Identification of Soils (Visual -Manual Procedure) ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soil ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive -Cylinder Method ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4767 TStia6dard Method for Consolidated Undrained Triax-ial Comoresslan Test for Cohesive Soils ASTM D4972 Standard) Tost method for pH of SoirS _ Manufacturer's Instructions _ Soil Strength Determination Using a Torvana Tex-145-E Determining Sulfate Content in Soils - Colorimetric Method 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photographs: Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past cut or fill on site. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Aerial photographs were reviewed for years 2017, 2011, 2007, 2001 and 1995. Aerial photographs indicate the site is located near an existing utility easement. Our review revealed no obvious areas of significant cut or fill on -site. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. G&AI Project No. LAN_1602.00 Page 4 Topography: A United States Geological Survey (USCS) topographic map of the site is provided in Appendix E - USGS Topographic Map. Site Photographs: Photographs representative of the site at the time of this investigation are provided in Appendix F - Site Photographs. 4.2 Geology Geologic Formation: Based on available surface geology maps and our experience, it appears this site is located in the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided underlain by Fort Worth limestone and Duck Creek Formation, undivided with Alluvium and Terrace deposits. A geologic atlas and USGS formation description are provided in Appendix G - Geologic Information. Alluvium deposits generally consist of sand, gravel, silt and clay. The Fort Worth Limestone and the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided consist of limestone and clay and the Duck Creek formation consists of limestone and marl. Geologic Faults: A geologic fault study was beyond the scope of this investigation. 4.3 Soill/Rock Stratigraphy: Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - Boring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. GeneraIFzed SubSurfate Canditlans at the Proposed Gfi-]ncli Wastewater Lne (Sormgs 15-02, B-05 to 6-07) Nominal DapTh, feet Figs (Emtepi as Noted} General Description. I)etailed Description of Soils/ Materf9l5 Encoumeyed Top of Rovoilk of Layer Layer 0 6 to 25 FAT CLAY AND LEAN Soft to hard FAT CLAY (CH) / FAT CLAY WITH SAND (CH), CLAY firm to hard LEAN TO FAT CLAY (CL-CH) and stiff to hard LEAN CLAY WITH SAND (CL). Exception: Loose to medium dense CLAYEY GRAVEL WITH SAND (GC) at 15-to 25-feet bgs in Boring B-05, 25 30 SANDY LEAN CLAY Soft SANDY LEAN CLAY (CL) and soft to hard AND WEATHERED WEATHERED LIMESTONE. Exception: Loose to medium LIMESTONE dense CLAYEY GRAVEL WITH SAND (GCJ at 25-to 30 feet bgs in Boring 8-05. Note: Boring Termination Depth = 30 feet bgs. G&AI Project No. LAN_1602.00 Page 5 I 9 C%fv raUi2d Subsurface Condltlons at proposed Gr3- Jrkch W mewatep L Uuti % $pr{rF95L Nominal [loptll, feet t]gs Eros t as Noted General Descrlpun n Detakd Oeseription of SnILt jroatedals Enrum red Top of Bottum or Lay+ei Ls e r 0 9 CLAYEY SAND AND Medium dense CLAYEY SAND (SC), very stiff to hard LEAN LEAN CLAY WITH SAND CLAY WITH SAND (CL). Pavement: 9 to 13-inches below ground surface. 9 30 LIMESTONE Very hard LIMESTONE. Exception: Soft to hard WEATHERED LIMESTONE at 9- to 15feet bgs in boring 8-04. Note: Boring Termination Depth = 30 feet bgs. Swell_ Potential based on Atterberg Limits: Atterberg (plastic and liquid) limits were performed on 11 soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 12 and 41 with an average of 27 indicating that the soils have a high potential for shrinking and swelling with changes in soil moisture content. The results of the tests are summarized below. Swell Tests: Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C - Boring Logs and Laboratory Results. The results of the tests are summarized below. _ AbNorpilorlS ul1.resI Results Baring A}rg. Mor�iure i-iquid Plasticity Appllud - --Swell No. D'e th `onierr;;; l l I nft, LL Index, Fr Overburden (%) �tt.� tr•�3ip sil - B-02 5 18 - - 4.1 4.48 B-02 9 16 - - 7.0 2.06 B-04 6 19 _ - 2.4 0.95 B-05 5 20 - - 4.1 0.36 B-05 9 14 7.0 2.73 B-06 9 12 44 27 7.1 1.41 8-07 5 21 - - 4.1 2.45 Soil Chemical Analysis: Soluble sulfate test(Tex-145-E) were performed for this project and the results are summarized below. -- — �Sol Ale Sulfate Test Roring No. Depth ftpt, bgs} sulfate Content �ppm B-02 6-8 167 B-03 5-6 187 B-04 7-8 173 B-05 4-6 247 B -06 2-4 180 B-07 4-6 207 G&AJ Project No. LAN_1602.00 Page 6 4.4 Groundwater Groundwater Levels: The borings were advanced using dry auger drilling techniques, which allow short term groundwater observations to be made during the drilling and sampling process. Intermittent sampling was performed to the top of the bedrock with continuous coring in the bedrock to the termination depths. Where groundwater seepage was observed during drilling it is so recorded on the logs. Groundwater levels, when encountered in the borings during drilling for this investigation, are identified below. Mring No. — Dppth Grokindwater Initially Eri+xuerltered (fekg, I:?8sI Groundwarer Depfih after IS Minotvs. (feat,. awi B-02 23.0 17.3 B-03 Not Encountered Not Encountered B-04 Not Encountered Not Encountered B-05 17A 16-0 B-06 Not Encountered Not Encountered B-07 25.0 18.4 Long-term Groundwater Monitoring: Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Lang -term monitoring can reveal groundwater levels materially different than those encountered during measurelments take-n while drilling; the borings. Groundwater Fluctuations: Future— construction activities may alter the surface and subsurface drairfage characteristics `of this site. It is difficult to a{curately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10 as referenced in the 2012 IBC, the seismic site classification for this site is C. G&A[ Project No. LAN_1602.00 Page 7 5.2 Construction Excavations Applicability: Recommendations in this section apply to short-term construction -related excavations for this project. ' Sloped Excavations: All sloped short-term construction excavations on -site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. The following table addresses OSHA soil type based on the observed soils in the project borings. OSHA.Soll Ty id by Bo6 LocaClnri arrd Depth BorIng No. 5aii Type Depth {feet} B-02 B 0 - 20 B-03 C 0 - 10 B-04 B 0 - 15 B-05 C 0 - 20 B-06 B 0 - 20 B-07 B 0 - 20 For rock, short-term construction excavations may be constructed with a vertical slope. Recommendations provided herein are not valid for any long-terrn ar permanent slopes on - site. We should be conkocted to review sloped excavations deeper than 20 feet. For Type B soils, short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (14:V). For Type C sdils, short-term construction excavations may be constructed with a mpximum slope of 1.51., horizontal to vertical (H:V). Shored Excavations: Vertical shored short-term construction excavations may be used, as an alternative to sloped excavations, in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic feet (pcf) above the groundwater table depth and 95 pcf below groundwater table depth. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 2 -hours. Limitations: Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. G&AI Project No. LAN_1602.00 Page 8 Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitoring: Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. 5.3 Groundwater Control Groundwater was encountered at depths as shallow as 16.0-feet bgs during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. 5.3. _i` Testing Required Testing and Inspections: Hold compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. We recommend the minimum soil compaction testing of one test per lift per 100 linear feet of utility backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Liability Limitations: Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.4 Demolition Considerations Applicability: Recommendations in this section apply to the removal of any existing utilities or pavement which may be present on this site. 1�� General: Special care should be taken in the demolition and removal or existing utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade G&AI Project No. LAN_1602.00 Page 9 resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Utilities: Existing utilities and bedding to be abandoned should be completely removed where indicated in the drawings. Utilities which are abandoned in place should only be abandoned as indicated in the drawings. 5.5 Loading on Buried Structures ' Applicability: Recommendations in this section are applicable to the design of buried junction boxes, piping and manholes associated with this project. uplift: Buried structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soil with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may Lie used to design structures below a depth of 3 feet, Lateral Pressure: Lateral pressures on buried structures due Eo soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table depth and 95 pcf below the groundwater table depth. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure: Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 130 pcf. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. Foundations: The net increase in bearing pressure below buried junction boxes, piping and manholes is generally negligible. Provided that the structure is underlain by firm, undisturbed soil, the ground surface over and adjacent to the structure remains at about the same level prior to construction, and no additional load is applied to the structure, we expect post -construction settlements of buried structures to be negligible. Empty buried structures below the groundwater table will be subject to buoyant forces. Buoyant forces on IG&AI Project No. LAIv_1602.00 Page 10 buried structures will be resisted by the dead weight of the structure, effective weight of the soil above the structure, and skin friction previously described. Limitations: Recommended design pressures provided herein do not include loading due to tunnel installation, where applicable. Depending on the type of tunnel, loading on piping due to construction can far exceed stresses induced by soil and surcharge loading and may dictate piping selection. Where appropriate, loading on piping due to tunneling should be factored into the design of buried piping. 5.6 Retaining Structures Applicability: G&AI was not notified of any specific retaining structures in conjunction with this project. Recommendations provided in this section are applicable to structures 5-feet or less in height. Retaining structures in excess of 5-feet should be brought to the attention of G&AI for a more detailed assessment. It is imperative that global stability be reviewed by G&AI on any retaining structure in exce55 o f 5-feet in height. Lateral Pressure: Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic font (pcf) above the groundwater table depth and 95 pcf below the groundwater table depth. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant p+'ensure over the full depth of the buried structure. Surcharge loads set back behind die retaining .structure awl a horizontal distance equal tro or greater than the structure height may be ignored. Lateral Resistance: Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 200 pcf for lateral resistance. Bearing Capacity: Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,000 psf may be used for retaining structure footings (Factor of Safety of FS=3). An allowable coefficient of sliding friction of 0.23 (Factor of Safety FS=2) between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. 5.7 Buried Piping Applicability: Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe: Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. G&A! Project No. lAN_1602.00 Page 11 Thrust Restraints: Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Thrust Restraint Passive Resistance Allowable Passlve Earl Pressure L 1y Material Type Materlal Allowable Passlve Pressure �pso _ Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Limestone 3,000 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays and limestone are based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill: Pipe bedding and pipe -zone backfill for the sanitary sewer piping should be in accordance with the City of Fort Worth or other applicable jurisdiction standard specifications. The pipe -zone consists of all materials surrounding the pipe in the trench from 6-inches below the pipe to 12 inches above, the pipe. Trench Backfill: Excavated site soils may be utilized to backfill the trenches above the pipe - zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-e08) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement: Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements of about 1 to 2 percent of the total fill thickness over time. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. Testing: Compaction tests should be performed in each lift of the compacted material. We recommend the following minimum soil compaction testing be performed: one test per lift per 100 linear feet of backfill. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. 5.8 Tunneling General: Several segments of the proposed waste water line are identified as bore (thrust bore) or potentially tunneled sections. These include road and railroad crossings, creek or G&AI Project No. LAN_1602.00 Page 12 drainage ditch crossings and/or zones where open trench construction may be overly disruptive. We understand that means and methods for construction of bore, thrust bore or tunnels related to this project are at the discretion of the Contractor. Furthermore, only limited information was available regarding the potential bore alignments at the time of writing this report. Consequently, detailed tunnel design recommendations are not provided. This report should be considered a Geotechnical Data Report (GDR) for the purposes of bore, thrust bore and/or tunnel design and construction. Design recommendations provided in the "Construction Excavations" section may be utilized for temporary tunnel access shaft excavations. Design recommendations provided in the 'Buried Structures" section of this report may be utilized for tunnels and permanent access shafts. The "Buried Piping" section specifically excludes tunnel loading due to construction. Construction loads may dictate bore, thrust bore or tunnel piping design and should be determined by the Contractor and applied to the tunnel piping design, as appropriate. Borings B-01 to B-05 can be referenced to determine the anticipated soil and rock material through which the bore pipe will penetrate. 6.0 GENERAL COMMENTS Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and 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. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. 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. Change of Conditions. 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 should be promptly informed and retained G&AI Project No. LAN_1602.00 Page 13 to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Design Review. G&AI, Inc. should 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. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's 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. it is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact 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. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by &AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non -expansive earth fill pads and other such subsurface -related recommendations should be considered as preliminary. Liability Limitation. G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warranty. This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. 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. G&AI Project No. LAN_1602.00 Page 14 Appendix A - Project Location Diagrams t ' �(1 I S�rpnir 4lfy161'rl"; 7F A�I' , f 1 41LL L. I F"r Y IL Y4 IA T Ift AL MEMO IN= L ' r � Is•.'�. .t I. 'ire fi JJJ y :I it 1' t f! 1-rn'I'ils �. I�r 7 �3tr: i-oSiTar } Xf •I{ f{ I I ''_{ /j . r ,f _ + 1 I r ��,fYp� d,— f' r - T,f:,,, r I ��L'y{ 1 u Appendix B - Boring Location Diagram I. k CD f S lL II � Il{nkiJLherlfjnJ;?d;�54Y FU LO fll � Y a9R;l- — NIARh .1 _ { _ may~ c � Appendix C - Boring Logs and Laboratory Results Gorrondona &Associates Inc. BORING NUMBER B-02 + 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 V 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: 281-469--3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood, Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 6/29/17 COMPLETED 6/29/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StralaBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED 23.0 ft LOGGED BY Denny CHECKED BY SS 1 AFTER 15 MIN. 17.3 ft NOTES AFTER 24 FIR Not Measured ATTERBERG F- d Z aL W o LIMITS w U W �^ WZ l- W W a W Z 7 cn a v a ? S z a- O DESCRIPTION W ci o 0 Y CMATERIAL 1U - UW U 0 (If ILZ OW Coz 0 ¢ U U 2O W z 0 W LL FAT CLAY (CH) - Soft to hard, dark brown and brawn. ST 4.50+ 17 4.50+ 15 59 23 36 97 ST 5 ST 4.50+ 11.6 108 19 4.50+ 16 ST 4.50+ 16 ST 10 ST 4.50+ ST 3,50 3.9 108 20 55 20 3L 97 15 ST 3.00 19 20 IS 1.00 1.1 108 21 25 SANDY LEAN CLAY (CL) - Soft, brown. iST 0.50 23 35 15 20 58 30 Bottom of hole at 30.0 feet. Gorrondona & Associates Inc. BORING NUMBER B-03 11710 North Freeway, Suite 700, Houston, TX 77060 Lr A �1 7524 Jack Newell Blvd. 5., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax.: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood, Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602,00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 5123117 COMPLETED 5/23/17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Auger 0 to 10 feet, € ack Coring from 10 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY SaVak CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured a U o- o MATERIAL DESCRIPTION w W 00 ¢Z Q } j or wV cow O Z J U� z w ~) O w > N O m ? w 0. rnQ U z U w a a F=51 �O ATTERBERG LIMITS F w r- o z wV _2 �� U _j x Qz °- PAVEMENT- Asphalt (3-inch), Base (10-inch) AU CLAYEY SAND (SC) - Medium dense, light brown, with gravel and limestone fragments. ST 4.50+ 16 4.50+ 12 18 ST 5 ST 18 SS 14(13 24) 21 31 19 12 23 10 LIMESTONE -Very hard, gray, fairly continuous to continuous recovery, fair to excellent quality. CP 50(0.25") 50 0.25" RC 95 (95) 15 CP 50(1.25") 50 1.25" RC (95) 8 20 CP 50(0.25") 50 0.25" RC (93) 42.4 151 5 25 C 50(0.50' 50 0.25" RC 78 (53) 6 30 Bottom of hole at 30.0 feet. CP 50(0.50") 50 0.50" i E s Gorrondona & Associates Inc. BORING NUMBER B-04 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 i Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood Andrews & Newnam Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 5123/17 COMPLETED 5/23117 GROUND ELEVATION HOLE SIZE CONTRACTOR Strataeore GROUND WATER LEVELS: METHOD Auger 0 to 15 feet, Rock Coring from 15 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 MR Not Measured Q� LU 0 U fl-� o MATERIAL DESCRIPTION ow a ua wm IL ¢ z f9 U w d > �— o' cn Eu O Z� > Q Uz Z a F N w .. UO [i z y ire, ai y N rr-. 0 N �- .0 U m n- y U n 0 w o W V F- �� w �O 0 ATTERBERG LIMITS r w W 0 w — r` O F Qn O F r_ < n- c� X Qz _j n- 5 PAVEMENT- Asphalt (2-inch), Base (7-inch) AU LEAN CLAY WITH SAND (CL) -Very stiff to hard, dark brown, light brown and gray, with calcareous and iron nodules. With limestone fragments from 8- to 9.5-feet. ST ST ST ST 4.50+ 3.6 109 21 40 18 22 81 4.50+ 18 10 4.50+ 3.7 112 18 4.50+ 19 SS 26-26-18 8 35 18 17 76 WEATHERED LIMESTONE - Soft to hard, tan and gray. AU 15 20 LIMESTONE - Very hard, gray, continuous recovery, good to excellent quality. RC 50(0.50") 50 0.25" (93) 36.7 143 8 25 RC 50(1.0011) 50 0.25" 98 (97) 30 CP RC 50(0.25") 50 0.25" 97 (82) Bottom of hole at 30.0 feet. CP 50(0.25") 50 0.25" Gorronduna & Associates Inc. BORING NUMBER B-05 11710 North Freeway, Suite 700, Houston, TX 77060 -� 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-495-1768 (FW) CLIENT Lockwood, Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 6/29117 COMPLETED 6129l17 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED 17.0 ft LOGGED BY Denny CHECKED BY SS AFTER 15 MIN. 16.0 ft NOTES AFTER 24 HR Not Measured ATTERBERG i— U I o } w w w 7 N n w o LIMITS w Fr0.0 2O .C7 m pWZO u1 z Q MATERIAL DESCRIPTION U O m0> > QF w X Q> o ❑ Uz E 2az O �F ¢ ❑ Loz cn Of o p ❑ L> o- 15— umav z 0 a_ LL CLAYEY SAND (SC) FILL - Hard, brown, with gravel. ST 4.50+ 12 FAT CLAY (CH) - Hard, dark brawn and brawn, with limestone fragments. ST 4.50+ 6.2 101 23 64 24 40 95 5 ST 4.50+ 20 LEAN TO FAT CLAY (CL-CH) - Firm to hard, darts brown and brown, with calcareous nodules. ST 4.50+ 8.1 114 16 47 19 28 87 4.50+ 14 ST 10 ST 2.00 1.6 111 21 15 CLAYEY GRAVEL WITH SAND (GC) - Loose to medium dense, brown. 5S X 4-2-3 15 20 (5) SS 2-28-6 18 29 16 13 14 25 I 1 F 7-13-13 16 30 (26) Bottom of hole at 30.0 feet. I 0 I u f s r I Gorrandona &Associates Inc. BORING NUMBER B-06 1 11710 North Freeway, Suite 700, Houston, TX 77060 PAGE 1 OF 1 r 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 Telephone: 281-469-3347 (HOU) 817-496-1424 (FW) - Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 6129/17 COMPLETED 6129117 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS. METHOD Auger 0 to 25 feet, Rock Caring from 25 to 30 feet INITIALLY ENCOUNTERED Not Encountered LOGGED BY Denny CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured 0 n MATERIAL DESCRIPTION � 2z 0 o WUZ z IL O a zw w m CC 0 �arx Cw W DaF w 0O 0 ATTERBERG I~TS F F- Z Op � W z LL ~Oo`0` � 0 rInM aw� ¢ ti U) a FAT CLAY (CH) - Hard, dark brown and brown. ST 4.50+ 18 4.50+ 16.2 117 13 58 22 36 93 ST 5 ST 10 LEAN CLAY WITH SAND (CL) - Stiff to hard, brown, with calcareous nodules and limestone ST 4.50+ 11 fragments. ST 4.50+ 12 43 17 26 75 10 L 2.50 1.3 104 10 15 55 20 9-10-17 (27) 13 25 WEATHERED LIMESTONE - Soft to hard, tan and gray. CP 50 (0.50") 50 0.25" RC (0) 1 30 Bottom of hole at 30.0 feet. CP 50 (0.75") 50 0.25" Gorrondona & Associates Inc. BORING NUMBER B-07 11710 North Freeway, Suite 700, Houston, TX 77060 7524 Jack Newell Blvd. S., Fort Worth, TX 76118 PAGE 1 OF 1 Telephone= 281-469-3347 (HOU) 817-496-1424 (FW) Fax: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 6129117 COMPLETED 6/29117 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger V INITIALLY ENCOUNTERED 25.0 ft LOGGED BY Denny CHECKED BY SS -TAFTER 15 MIN. 18.4 ft NOTES AFTER 24 HR Not Measured rz� WV 0 U 0-0 P DESCRIPTION w fY _ 4 0 o >- L G 0 _ (n W ZJ m0§ UZ z w F-c LU Y a� EL _-0 U N rn a a) w o 2z O ATTERBERG LIMITS r tzia �z " w u. � JQ rMATERIAL u pa Qz a FAT CLAY I FAT CLAY WITH SAND (CH) - Soft to hard, brown, with calcareous nodules and ST 4.50+ 13 gravel. ST 4.50+ 18 60 23 37 77 5 ST 4.50+ 5.8 103 24 4.50+ 19 62 21 41 96 ST 4.50+ 6.2 107 20 ST 10 FIST 2.00 18 15 ST 2.00 2.3 106 23 za - ST 0.75 27 54 20 34 25 WEATHERED LIMESTONE -Soft to hard, tan and gray. 30 Bottom of hole at 30.0 feet. CP 50 (0.75') 50 (0.25„ I ABSORPTION SWELL TEST (ASTIVI D4546) RESULTS Boring No. B-02 B-02 B-04 B-05 B-05 B-06 B-07 Average Sample Depth (ft) 5 9 6 5 9 9 5 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 127.3 130.4 133.0 126.5 133.5 139.6 139.6 Initial Moisture (%) 18 16 19 20 14 12 21 Final Moisture (%) 30 26 28 25 22 17 28 Initial Wet Unit Weight (pcf) 123 126 129 123 129 135 126 Initial Dry Unit Weight (pcf) 104 109 109 102 114 121 105 Applied Over Burden (psi) 4.1 7.0 2.4 4.1 7.0 7.1 4.1 Initial Dial Reading (in) 0.0173 0.0145 0.0158 0.0112 0.0125 0.0184 0.0143 Final Dial Reading (in) 0.0531 0.0310 0.0234 0.0141 0.0343 0.0297 0.0339 Swell (%) 4.48 2.06 0.95 0.36 2.73 1.41 2.45 Project No.: LAN _1602,00 Project: Sycamore Creek Relief Interceptor Performed by: Gorrondona and Associates, Inc. Laboratory Sulfate Content (TX-145-E) Project Name Sycamore Creek Relief Interceptor Project No. LAN 1602.00 Date 7/7/2017 Boring No. B-02 Sample Depth jft.) 6-8 Dilution Ratio Used Dilution Ratio Used t:ZJ 11.0 Dilution Ratio Used J 2D Average Reading 7.0 Average Reading Average Reading 7.0 Sulfate Content 140 Sulfate Content 220 Sulfate Content 140 Boring No. B-03 Sample Depth {ft-) 5-6 Dilution Ratio Used Dilution Ratio -� 1' 1i7 ]_2{i Used _ Dilution Ratio Used Average Reading 9.0 Average Reading 8.0 Average Reading 11.0 Sulfate Content 180 Sulfate Content 160 Sulfate Content 22U Boring No. B-04 Sample Depth {ft.) 7-8 Dilution Ratio Used I 1 Dilution Ratio Used Dilution Ratio a '�'`•�• Used L2D Average Readingl 10.0 Average Reading 9.0 Average Reading 8.0 Sulfate Content 1 180 Sulfate Content 180 Sulfate Content 160 Boring No. 8-05 Sample Depth {ft.) 4-6 Dilution Ratio-� - Dilution Ratio - --+. Dilution Ratio Used r-�+1 Used _' f L Used Average Reading 17.0 Average Reading 7.0 Average Reading 13.0 Sulfate Content 340 Sulfate Content 140 Sulfate Content 260 Average Sulfate Content: 347 p�5 Boring No. B-05 Sample Depth (ft.) 2-4 Dilution Ratio 120 Dilution Ratio k2U Dilution Ratio - 1130 Used Used Used Average Reading 9.0 Average Reading 10.0 Average Reading 8.0 Sulfate Content 180 Sulfate Content 200 Sulfate Content 160 Average Sulfate Content: 1w ppro Boring No. B-07 Sample Depth (ft.) 4-6 Dilution Ratio Dilution Ratio 0. Dilution Ratio Used 1,2� Used Used L� d Average Reading 9.0 Average Reading 11.0 Average Reading 11.0 Sulfate Content 180 Sulfate Content 220 Sulfate Content 220 Average Sulfate Content: 4iJ 100 90 80 70 Eli 60 Z 50- N LL 40 20_.- 10 0 ID r'l N Particle I I I r Size ar, Distribution ik ah Report ik ik I E [ I I I I I� I i I �I i I. I I I II Iilll I � I I f V II 1 I i 1 I I I I I I I r ffhl': 1 1 II I r I I i I 1 I I i I I I I I I I I I i I 1 I I 1 I I I I I I f 1 3 I I 1 I I I I I I I I I I I I I I I I I I I E I ! E 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 ! I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I 1 1 I I 1 I I I I 1 I I I 1 I I 1 1 I I I ! I 1 I I I I I I 1 I I I I I I ! I I I I I I I 1 I f I I I I I I I I 1 I I I I 1 I I I I I I I I I I I I 1 I I I I I i f I I I I I I I I 1 I I I I I I I I I 1 I I I I 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 I I I I I I I I I I 1 I I I i I I I I I I I I I 1 I I I I 1 I 1 I I I r r 1 i I I 3 I I I I I I I I I I I I I I I E I I I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. %}3„ % Gravel Coarse Fine % Sand Coarse Medium Fine % Fines Silt Clay O 0.0 0.0 0.0 0.0 1 0.3 2.4 47.5 49.8 LL PL D85 D60 D5fI D30 D __.. _DIO.._._..__. C ell O 59 23 0.0283 0.0084 0.0051 I Material Description O USCS AASHTO CH A-7-6(40) Project No. LAN 1002.00 Client: Lockwood, Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor O Location: I3-02 Depth: (2.0-4.0) ft. Remarks: Figure Gorrondona & Associates, Inc. Houston Texas GRAIN SIZE DISTRIBUTION TEST DATA Client: Lockwood, Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN1602.00 Location: B-02 Depth: (2.0-4.0) ft. Liquid Limit: 59 USCS Classification: CI1 Dry Cumulative Sample Pan and Tare Tare Tare Weight (grams) (grams) (grams) 141.00 0.00 0.00 Plastic Limit: 23 AASHTO Classification: A-7-6(40) r Cumulative Sieve Weight Opening Retained Percent Size (grams) Finer 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 #8 0.00 100.0 #10 0.00 100.0 #16 0.00 100.0 930 0.20 99.9 #40 0.41 99.7 #50 0.72 99.5 4100 1.48 99.0 #200 3.85 97.3 Hydrometer test uses material passing 440 Percent passing #40 based upon complete sample = 99.7 Weight of hydrometer sample =50 Automatic temperature correction Composite correction (fluid density and meniscus height) at 20 deg. C = -4 Meniscus correction only = 1.0 Specific gravity of solids = 2.71 Hydrometer type = 151 H Hydrometer effective depth equation: L = 16.294964 - 0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Time (min.) (deg. C.) Reading Reading K Rm Depth (mm.) 2.00 22.7 1.0300 1.0264 0.0130 31.0 8.1 0.0261 5.00 22.7 1.0270 1.0234 0.0130 28.0 8.9 0.0173 15.00 22.6 1.0240 1.0203 0.0130 25.0 9.7 0.0104 30.00 22.5 1.0220 1.0183 0.0130 23.0 10.2 0.0076 60.00 22.3 1.0200 1.0163 0.0130 21.0 10.7 0.0055 250.00 22.0 1.0170 1.0133 0.0131 18.0 11.5 0.0028 1440.00 21.8 1.0150 1.0112 0.0131 16.0 12.1 0.0012 Gorrondona & Associates, Inc. Percent Finer 83.3 73.8 64.3 57.9 51.5 41.9 35.5 7/18/2017 L FPar. Iifh 1e11 Garrrpoptent Cobbles Gravel _ _. _ Sand Fines Coarse Fine Total Coarse Medium Fine Total Silt Clay Total 0.0 0.0 3 0 0 0.0 I 0.0 0.3 2.4 2.7 ' 47.5 49.8 97.3 C5 D10 C15 1)20 C30 NO C50 d60 C80 G85 D90 C95 0.0023 0.0051 0.0084 0.0226 0.0283 0.0372 0.0554 Fineness Modulus 0.02 Gorrondona & Associates, Inc. Particle Size Distribution Report c C C O O O CI Cl O V O I I I I I I 1 I I 1 I I - �I 80 I I 1 I I I I I I li I I I I !I I I I 1 ] I I I I I I I I I l i � iii I I I I I I I I f 1 1 3 70 I I 1 1 I W 60- 1 Z i I i I I I i i 3 LL I 1 1 1 1 I Z 50 I I I I I ! I I I I w 1 I I I I I I I 1 I I I I I I I v [ I { f 1 I 1 I 1 1 I I 1 I LLJ 40 1 1,__ I I E I - I I I 1 r I 1 I 1 I 1 1 1 1 1 I I I i 1 I I I I 3 I I I I I 1,k 30 I I I I I ! I I i I I 1 1 I I I 1 E I I 1 1 1 1 1 1 I 1 I 1 I I I r 1 I 1 I 1 1 I I 1 1 1 1 1 1 € E 1 1 1 1 1 1 20 I 1 I 1 1 I I I I 1 1 1 1 I 1 1 I 1 1 I 1 1 ! 1 1 I I I I I 1 V 1 1 1 1 I I 1 1 I 1 I 1 1 l I l I 1 1 1 1 1 1 1 I I 1 { 1 1 1 1 1 1 10 1 I 1 1 I I l i I 1 I 1 I r E 1 I I I I r 1 1 1 I 1 I 0 1 1 I 1 1 1 1 € I I 1 1 1 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines +3„ Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 0.0 I.<) 11.2 14.9 36.7 35.3 LL PL DFIF, Dfin D50 D30 D15 Dlo C C O 0.2808 0.0444 0.0287 0.0026 Material Description USCS I AASHTO Project No. LAN 1602.00 Client: Lockwood, Andrews and Newnam, Inc. Remarks: Project: Sycamore Creek Relief Interceptor C? Location: B-04 Depth: (3.0-5.0) R. Gorrondona & Associates, Inc. Houston Texas Figure Gravel Sand Fines Cobbles Coarse Fine 0.0 0.0 Total 0.0 Coarse — - Medium Fine Total Slit Clay Total 0.0 1 1.9 11.2 14.9 1 28.0 36.7 35.3 72.0 D5 D10 D15 D20 D30 D40 D50 D60 D80 0.1690 D85 D90 D95 0.0026 0.0085 0.0287 0.0444 0.2808 0.7316 1.3493 Fineness Modulus 0.54 Gorrondona & Associates, Inc. GRAIN SIZE. DISTRIBUTION TEST DATA 7/1.212017 Client: Lockwood, Andrews and Newnan, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN1602.00 Location: B-04 Depth: (3.0-5.0) ft. Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 221.34 0.00 0.00 0.75" 0.00 100.0 3/8" 0.00 100.0 #4 0.00 100.0 ##8 2.68 98.8 -t10 4.17 98.1 416 13.81 93.8 430 25.00 88.7 440 29.06 86.9 450 32.22 85.4 4100 46.80 78.9 4200 62.09 72.0 HV*omef er Test Data Hydrometer test uses material passing ##40 Percent passing #40 based upon complete sample = 86.9 Weight of hydrometer sample =50 Automatic temperature correction Composite correction (fluid density and meniscus height) at 20 deg. C = -4 Meniscus correction only = 1.0 Specific gravity of solids = 2.69 Hydrometer type = 151 H Hydrometer effective depth equation: L = 16.294964 - 0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time (min.) (deg. C.) Reading Reading K Rm Depth (mm.) Finer 2.00 22.3 1.0220 1.0183 0.0131 23.0 10.2 0.0296 50.6 5.00 222 1.0200 1.0163 0.0131 21.0 10.7 0.0192 45.0 15.00 22.2 1.0190 1.0153 0.0131 20.0 11.0 0.0112 42.3 30.00 22.1 1.0180 1.0143 0.0131 19.0 11.3 0.0081 39.5 60.00 21.7 1.0170 1.0132 0.0132 18.0 11.5 0.0058 36.5 250.00 21.4 1.0150 1.0112 0.0133 16.0 12.1 0.0029 30.9 1440.00 2I.3 1.0130 1.0091 0.0133 14.0 12.6 0.0012 25.3 Gorrondona & Associates, Inc. I Particle Size Distribution Report 100�ICI C_ C O O O I I I I I I 90 t I i I� I 1 I l i i i I I TII i 1 i I I I I E 1 i I I I 1 1 I I I I I I I I I I I 70 I W 60 I I I I i 1 I I I I I I I I I I I I I I II I 1 I I i I I I I I I I I I r I I I I I I I I I I f — LL I I I I I I i I I 3 I I I I I i j I W t I I I 1 W 40 I I I I I I I I 1 I I ! I I I I I 1 I I I I I I I I 1 1 I I I ! I 1 I I I I 1 I I I I I f I I r I 1 I I I I I I I I I I I I I I ! I I I I r 30 I I I I I I I I I I I I I 1 I I I I I I 1 I f I I I ! f I I ! 1 I I I I I I I I 20 I I I I I I I I I I I I I I I I 3 I I I { i I I I I I r I { I 1 I I I I I I I I I I E I I i I I I I I I I I 1 i 1 I I I 1 I I I I I -- -- _- 10 I [ 1 I I f - -- V ! r 1 I I I I I I I I I 1 I I I I I 1 I I ! I f I f I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines +3„ Coarse Medium Fine Coarse Fine Silt Clay O 0.0 0.0 0.D 0.0 0.7 12.6 46.4 40.3 LL PL DRs Dfin D DaO D D C CW- O 0.0667 0.0210 0.0102 0.0024 Material Description USCS AASHTO O Project No. LAN 1602.00 Client: Lockwood, Andrews and Newnam, Inc. Remarks: Project: Sycamore Creek Relief Interceptor O Location: S-00 Depth: (4.0-6.0) ft. Gorrondona & Associates, Inc. Houston, Texas Figure GRAIN SIZE DISTRIBUTION TEST DATA Client: Lockwood, Andrews and Newnam, Inc. Project: Sycamore Creek Relief Interceptor Project Number: LAN]602.00 Location: B-06 Depth: (4.0-6.0) ft. Dry Cumulative Cumulative Sample Pan Sieve Weight and Tare Tare Tare Weight Opening Retained Percent (grams) (grams) (grams) Size (grams) Finer 202.53 0.00 0.00 0.75" 0.00 100,0 3/8" 0.00 100.0 #4 0.00 100.0 #8 0.00 100.0 910 0.00 100.0 #16 0.14 99.9 #30 0.68 99.7 #40 1.38 99.3 #50 3.00 98.5 #100 1295 93.6 #200 26.93 86.7 Hydrometer test uses material passing #40 v Percent passing #40 based upon complete sample = 99.3 Weight of hydrometer sample =50 Automatic temperature correction Composite correction (fluid density and meniscus height) at 20 deg. C = -4 Meniscus correction only = 1.0 Specific gravity of solids = 2.72 Hydrometer type = 151 H Hydrometer effective depth equation: L = 16.294964 - 0.2645 x Rm Elapsed Temp. Actual Corrected Eff. Diameter Percent Time (min.) (deg. C_) Reading Reading K Rm Depth (mm.) Finer 2.00 22.6 1.0250 1.0213 0.0129 26.0 9.4 0.0281 67.1 5.00 22.6 1.0220 1.0183 0.0129 23.0 10.2 0.0185 57.6 15.00 22.5 1.0200 1.0163 0.0130 21.0 10.7 0.0110 51.3 30.00 22.4 1.0180 1.0143 0.0130 19.0 11.3 0.0080 45.0 60.00 22.3 1.0170 1.0133 0.0130 18.0 I L5 0.0057 41.8 250.00 22.0 1.0140 1.0103 0.0130 15.0 12.3 0.0029 32.2 1440.00 21.9 1.0120 1.0082 0.0131 13.0 12.9 0.0012 25.9 Gorrondona & Associates, Inc. 7/12/2017 Gravel i Sand Fines Cobbles 0.0 Coarse 0.0 Fine 0.0 Total Coarse Medium 0.0 0.0 0.7 Fine Total Silt Clay Total 12.6 1 13.3 46.4 40.3 86.7 C5 C10 C15 ! C20 � C30 C40 0.0024 ; 0.0049 D50 D60 1 n80 C85 090 d95 - 0.0102 0.0210 0.0500 0.0667 0.0997 0.1771 Fineness Modulus 0.og Gorrondona & Associates. Inc. UNCONFINED COMPRESSION TEST 20 15 I I ' I I I 1 rn lD o � - a N CL o-- U ---- a 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 11.644 Undrained shear strength, tsf 5.822 Failure strain, % 2.3 Strain rate, Wmin. 1.00 Water content, % _ -- - - --- _....... — ... - - - - 19.3 -- Wet density, 11 ------------------------- - 129.1 Dry density, 11 108.2 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.73 Specimen height, in. 5.74 Ighttdlameter ratio 2.10 —Description: LL = I PL = PI = _ G5= Type: Shelby Tube Project No.: LAN1602.00 Client: Lockwood, Andrews and Newnam,Inc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: I3-02 Depth: (4.0-6.0) ft. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 42 a� > 3-1- Q E o U 1.5 0 0 _ f 1 20 i 5 10 Axial Strain, % 1S Sample No. 1 Unconfined strength, tsf 3935 Undrained shear strength, tsf 1.967 Failure strain, % 13.0 Strain rate, %/min. 1.00 Water content, % 20.2 Wet density, pcf 129.9 Dry density, pcf 108.1 Saturation, % Void ratio Specimen diameter, in. — .. -- - - -- - --- -- -- -- - Specimen height, in. Height/diameter ratio N/A N/A - - - 2.77 - - - 5.74 2.07 Description: LL = 55 1 PL = 20 PI = 35 GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-02 Depth: (13.0-15.0) fl. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. 11 Houston Texas 2 1.5 N N�T W 1 7 U) U) N fl. O..._.._. U 0 UNCONFINED COMPRESSION TEST -� - - --- 20 i i ; I ...... _.. .. _.. ..... i I i--- --- -- -- - -- ........ .__.. __.... ..__.. ......... .. _.... .. . .__ .-._. .... .. .... .. .. I_ .. _ ._. .... ... .. - _ ._ ... _. _- - -- ---- - 0 5 10 Axial Strain, % 15 Sample No. 1 Unconfined strength, tsf 1.128 Undrained shear strength, tsf 0.564 Failure strain, % 15.7 Strain rate, %/min. 1.00 Water content, % 21.0 Wet density, pcf Dry density, pcf 130.8 108.1 Saturation, % Void ratio Specimen diameter, in. Specimen height, in. NIA NIA 2.77 5.74 2.07 Height/diameter ratio Description: LL = PL = _ ___ _ _ PI = GS= I Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 6/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-02 Depth: (23.0 _ZS.0) f UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 6( 45 m W N rrL^^ VJ U 30 ) U) N L q E O U 15 0 UNCONFINED COMPRESSION TEST Axial Strain, % Sample No. 1 Unconfined strength, tsf 42.421 Undrained shear strength, tsf 21.211 1.2 0.50 Failure strain, % Strain rate, %1min. Water content, % Wet density, pcf 5.2 158.6 Dry density, pcf Saturation, % 150.8 NIA Void ratio NIA Specimen diameter, in. 2.04 Specimen height, in. 4.36 Height/diameter ratio 2.14 Description: LL = I PL = PI = GS= Type: Rock Core Project No-: LAN1602.00 I Client: Lockwood. Newman & Andrews, Inc. Date Sampled: 5/23/2017 Remarks: Project: Sycamore Creek Relief Interceptor Location: B-O Depth: 22.6-24.1 R. UNCONFINED COMPRESSION TEST Figure Gorrondona & Associates, Inc. Houston Texas 4 3j�- � 2 E 0 U 0 UNCONFINED COMPRESSION TEST 1 i i I - E - - - - 0 5 Axial 10 Strain, % 15 20 Sample No. 1 Unconfined strength, tsf 3.606 Undrained shear strength, tsf 1.803 Failure strain, % 15.5 Strain rate, %/min. 1.00 Water content, % 21.1 Wet density, pcf density, pcf 131.9 108.9 -Dry Saturation, % Void ratio Specimen diameter, in. NIA NIA 2.75 Specimen height, in. 5.75 Height/diameter ratio 2.09 Description: LL = 40 1 PL = 18 PI = 22 GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 5/23/2017 Remarks: Bulge failure Figure Client: Lockwood, Newman & Andrews, Inc. Project: Sycamore Creek Relief interceptor Location: B-04 Depth: 1.0-3.0 f. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 4 � 43 E U 0 0 UNCONFINED COMPRESSION TEST 1 10 i I I i 2.5 5 Axial Strain, % 7.5 Sample No. 1 Unconfined strength, tsf 3.681 Undrained shear strength, tsf 1.840 7.5 1.00 Failure strain, % Strain rate, %/min. Water content, % 18.1 132.1 Wet density, pcf Dry density, pcf 111.9 N/A Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio NIA 2.80 5.75 2,05 Description: LL = I PL = PI = GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 5/23/2017 Remarks: Bulge Failure Figure Client: Lockwood, Newman & Andrews, Inc. Project: Sycamore Creek Relief Interceptor Location: B-04 Depth: (5.0-7.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 40 30 E 0 c� 10 0 UNCONFINED COMPRESSION TEST = 2 -- i..._- -- -- - ! - - -- -- - — — I I I 0 0.5 Axial 1 Strain, % 1.5 Sample No. 1 Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. 36.680 18.340 1.6 0.50 j Water content, %9 Wet density, pcf 7.5 153.8 Dry density, pcf Saturation, % 143.0 NIA Void ratio NIA 2.05 -......__..._._._.... 4.41 2.15 — - .....__. _..._..._._ ._..---- .._.... _ .......... Specimen diameter, in. Specimen height, in. Height/diameter ratio -- -- -- Description: _ LL = I PL = PI = GS= Type: Rock Core Project No.: LAN1602.00 Date Sampled: 5/23/2017 Remarks: Figure Client: Lockwood, Newman & Andrews, Inc. Project: Sycamore Creek Relief Interceptor Location: B-04 Depth: (15.0-16A) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 1a 7.5 N O U 2.5 a a UNCONFINED COMPRESSION TEST 10 --.L....... --i� — - - -- - ! - i - 2.5 5 Axial Strain, 7.5 % Sample No_ 1 Unconfined strength, tsf 6.214 ^ Undrained shear strength, tsf Failure strain, % Strain rate, %/min. _ 3.107 6.8 1.00 Water content, % Wet density, pcf Dry density, pcf 22.5 123.7 100.9 Saturation, % N/A NIA 2.77 5.75 2.08 Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = 64 1 PL = 24 Pl = 40 I GS= Type: Shelby Tube Project No.: LAN] 602.00 Date Sampled: 06/29/2017 Remarks: Shear Plane Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-05 Depth: 2.0-4.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 10 7.5 m sCL L E U 2.5 0 0 UNCONFINED COMPRESSION TEST vi. ...... _. .. -- - - - - - - - - l- _..... .. ........ j ., 5 Axial 10 Strain, % 15 20 Sample No. 1 Unconfined strength, tsf 8.087 Undrained shear strength, tsf Failure strain, % Strain rate, %/min. 4.043 11.7 1.00 Water content, % Wet density, pcf 15.6 131.6 113.8 Dry density, pcf Saturation, % ...... _ .--- -- -- - — NIA NIA 2.80 5.75 2,05 Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = 47 1 PL = 19 PI = 28 GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-05 Depth: UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 2 1.5 to N 1 E o- 0.5 ......._..._ 0 0 UNCONFINED COMPRESSION TEST 20 -- --- _._... _ 5 Axial 10 Strain, % 15 Sample No. I Unconfined strength, tsf 1.618 0.809 11.1 1.00 Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % 20.6 133.4 110.6 NIA _ Void ratio Specimen diameter, in. Specimen height, in. He htldiameter ratio NIA 2.74 5.75 2.10 Description: LL = IPL = I PI = J GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/20/2017 Remarks: Bulge Failure Figure Client: Lockwood. Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-05 Depth: (130-15.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. 11 Houston Texas 20 15 a� CD 10 2! 0 UNCONFINED COMPRESSION TEST i -, ! ! i E k 0 1.5 Axial 3 Strain, % 4.5 6 Sample No. 1 Unconfined strength, tsf 16.225 Undrained shear strength, tsf 8.113 Failure strain, % 2.7 Strain rate, %/min. 1.00 Water content, % 13.0 Wet density, pcf Dry density, pcf 132.1 116.9 Saturation, % NIA NIA Void ratio Specimen diameter, in. 2.74 Specimen height, in. 5.75 Height/diameter ratio 2.10 Description: LL = 58 PL = 22 PI = 36 GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/29/2017 Remarks: Shear Plane Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-06 Depth: 2.0-4.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas (1) 1 2 N CL a- U D 0 UNCONFINED COMPRESSION TEST -- 10 -..._ i — — -.._....._.. - - 2.5 5 Axial Strain, % 7.5 Sample No. 1 Unconfined strength, tsf 1.309 Undrained shear strength, tsf 0.655 Failure strain, % 6.4 Strain rate, %Irvin. 1.00 Water content, % 9.7 113.6 Wet density, pcf Dry density, pcf 103.5 NIA Saturation, % Void ratio N/A Specimen diameter, in. 2.73 Specimen height, in. 5.74 Height/diameter ratio 2.10 Description:: LL = I PL = PI = GS= Type: Shelby Tube Project No.: L..AN1602.00 Date Sampled: 06/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,lnc. Project: Sycamore Creek Relief Interceptor Location: I3-06 Depth: (13.0-15.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 6 N 3 to U) N E 0 U 0 UNCONFINED COMPRESSION TES` 10 i -- 0 2.5 Axial 5 Strain, % 7.5 Sample No. 1 Unconfined strength, tsf 5.826 Undrained shear strength, tsf Failure strain, % -� _ ..............__.....-- Strain rate, %/min, 2.913 4.8 1..00 Water content, % Wet density, pcf ----------- - - 24.1 128.2 103.3 Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio NIA NIA 2.74 5.74 2.09 Description_ LL = PL I Pl = I GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,lnc. Project: Sycamore Creek Relief Interceptor Location: B-07 Depth: (4.0-6.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas ta�- 'i 2.5 OL 0 UNCONFINED COMPRESSION TEST 2.5 5 T5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 6.206 Undrained shear strength, tsf 3.103 Failure strain, % 4.7 Strain rate, %/min. 1.00 Water content, % 20.3 _ Wet density, pcf Dry density, pcf -.._..--------- - Saturation, % 128.7 107.0 ....,..-------- N/A NIA 2.75 5.74 2.09 i Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio Description: LL = PL = PI = GS= Type: Shelby Tube Project No.: LAN1602.00 Client: Lockwood, Andrews and Newnam,lnc. Date Sampled: 06/29/2017 Remarks: Project: Sycamore Creek Relief Interceptor Shear Plane Failure Location: B-07 Depth: 8.0-10.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Figure u— *-- 7-- 4 3 j 2 U) N a E 0 U � 0 0 UNCONFINED COMPRESSION TEST 1 - _...._..._- ._.. -... ._., , I i V i ..._i.._ ' i - I 5 Axial 10 Strain, % 15 20 Sample No. 1 Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. 2.333 1.166 15.6 1.00 Water content, % 23.1 130.2 Wet density, pcf Dry density, pcf i 105.8 NIA Saturation, % Void ratio N/A Specimen diameter, in. 2.73 Specimen height, in. 5.74 2.10 Height/diameter ratio Description: LL = PL = PI = GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 06/29/2017 Remarks: Bulge Failure Figure Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-07 Depth: 18.0-20.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas Appendix D - Aerial Photographs 7 , i 111 u4 �'• a III_ lid *` TT 1 'zd. 1, ti . 'ryI'•I�- i7n�7 -. t rl Ink i j rir SI I- L1 4vTr Mr it QI 5rt. pfi �}I I +� '�1- �#• �/# l - y-+fit s�#•' "� .. i - ,JR.I�xF.IF,� ul a ti, -- ONEk a - MAI 71 L J -' iry 'Pf 4 _' 'A`� • L; _ µrls5. � I 14 ii i Ir 'L •Jryl�li..f 0 1 I ' r -�� r ipj � _ � � � • _ r -wry r T :K..IL .rfr IY.u� Icy'- 1'±+ i S�I� ;I+ �-L'L: i. �II I'I' it ' r • .� —i� , Id dA ic OLP ti . , 1 _1 w# � � ii •,feu +�I� SFr sJ � I SJI 4-'-I '} �' �'?• _ �[� "3 - •■ � IS• # J wL4`,14r .i ice.. .� R * •� -# _ rr �. • I # � `r 4 i }tM1 *' fY i � ! ,y� *+ � k!'x+l — � � 1 � I' I 42 Ir • - - - � ~n� fir `IL .'J0 IF 1 � �,r 1 �#. - 14,, :1-4: sal t,t5' •� LI IILL � N, 1I s ' t ; Iva h�-IIJPP� +d''r. ,3 h H 4 } 1 1 � •/ +df `d4o 'h{' `JI,- 1. flit lu � 'Cntlti�� .r•/.~F1� F_' Lu_:�'S,F �i "h *x-�4' 4 _ + ' 'Y \ Nt i Lf #. +'iti 'L•„IL=SYI II HS'i 'iYw _i1 r. jo e i. w- ,�y'y+iy `7I I44[ L I ' r* ' •y ■ �'1 e ` ' ±y*3 { f 1 * r* r, 'Y1'r� ■5F �I air 4Ji 4lifF77 II��• ri - Vim. '�� �.�i3• - `�In{-L �N on 777 r �.� -wT 3✓s'�-AIL 3 U.J9#1 y f u. _II•i. irir y t,y _ 1. 7a M. ILI Jun 10 10 '11 IFi • � y #' a� r{ i} LK �Kr• ''ll/ r �F �� faa--�r CD I I �P'P:gg lL`I , 4 i 4Ir/l -3 Oil ' l � I r y 15 r — * d 4l � +r .k_ * �' m�iT ._• ,�*� ?*.III �. �, :; .a�.. �i �'1 S�S� SR41S 1� ��' 1 �1A �� FI � ~'_�i4., � •� — +J I Appendix E - USGS Topographic Map Appendix F - Site Photographs g CL LLJ 7A - r, .. 41 {� Li • 1.• j 1' f I � J Y� �4 � 1 rn 1 , ru 1 —ro 41 4-1 Ln • •1 i r ■. , LL LL fly: y, ca •' . • 1 SJ 5�� • 1 �4 • 1 co LL- Appendix G - Geologic Information �{ 'f101b1i� �R tAlA6 3. Lim +Jf� d'nfd'�rik� JG7�1412�6 '• Ib1s���1 �1 ���yi�s3F+}ri�4f7 47 � ml IT SU A Ia] r�roa a ILA O Q. Q! u c 4- cu Y QJ Q� rLt V L O E ro U Ln 2 US -- science for nchanghty wadd Mineral Resources > Online Spatial Data > Geology > by state > Texas Fl f ff-mm alluvium State Texas Name alluvium Geologic age Phanerozoic i Cenozoic I Quaternary I Holocene Original map label Qal Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind -tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 m above mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type sand Secondary rock type Silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Fine -detrital (Alluvial) Unconsolidated > Coarse -detrital (Alluvial) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F, cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Delta - Denton - DeWitt - Dickens - Dimmit - Donley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Fannin - Fayette - Fisher - Floyd - Foard - Fort Bend - Franklin - Freestone - Frio - Galveston - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: https://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQa1;0 Page Contact Information: Peter Schweitzer I Mineral Resources On -Line Spatial i Mineral Resources > Online Spatial Data > Geology > by state > Texas Pawpaw Formation,, Weno Limestone, and Denton Clay, undivided Pawpaw Formation, Weno Limestone, and Denton Clay, undivided State Texas ` Name pawpaw Formation, Weno Limestone, and Denton Clay, undivided Geologic age Phanerozoic I Mesozoic E Cretaceous -Early Original map label Kpd Comments pawpaw --calcareous marl, near middle soft ledge- - forming limestone bed, unit as a whole recessive; thickness as much as 10 ft, thins southward. Weno Limestone, some very thin marl interbeds, thin to medium bedded, white to grayish yellow, basal 2-4- ft- thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay alternating clay, marl, and limestone. Thickness 6-25 ft thins southward. Primary rock type mudstone Secondary rock type limestone Other rock types clay or mud Lithologic constituents Major Sedimentary > Clastic > Mudstone > Claystone (Bed) Minor Sedimentary > Carbonate > Marlstone (Bed) Sedimentary > Carbonate > Limestone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Cooke - Denton - Grayson - Tarrant Show this information as [XML] - []SON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKpd;O Page Contact Information: Peter Schweitzer ZUSG1 scieuce toy a chiral hry Mineral Resources > Online Spatial Data > Geology > by state > Texas Fort Worth Limestone and Duck Creek Formation, undivided Fort Worth Limestone and Duck Creek Formation, undivided State Texas Name Fort Worth Limestone and Duck Creek Formation, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous -Early Original map label Kfd comments Fort Worth Limestone, limestone and clay. Ls aphanitic to biosparite, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1.-5 ft thick, forms low rolling hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular to wavy bedded; thickness 25-30 ft. Primary rock type limestone Secondary rock type mudstone Other rock types clay or mud Lithologic constituents Major Sedimentary > Carbonate > Limestone (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Marl (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Grayson - Montague - Tarrant - Wise Show this information as [XML] U.S. Department of the interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKfd;O Page Contact Information: Peter Schweitzer Appendix H - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM V.41F1ED SO L r- LASS FICATJON ANO SYMBOL C}"7 g: fxs n tirr 4'xk n' rrni�Ja' Js -mngr haw '10 2UT c ml� sm.1 L.litfJ .~ram ;�% Lhael St, 3'F� Wmi gr"od tjnv x &me acted rALmrw-Yne Orjla livs :, a Lul"117Nod ggvm%' gram *m l m r terns. 6*00rrm tfhn M�Y-Tlon Sixk sa`r�mso Hv"G :)-fug: 4*I +rrm 1hurm 4wr1 12% "Iml . 4 &5ar'u7 rrnawp-.w-.&*, lyd qwv ct. '_ W%d7'iJ50SSA 'BR14gmvml'y2wdd, a#Y� s` J7Y LPlitlr MANOR 9-mud grandly 3MV6, IL■ Or W 4wCb yrl% t f mmm uuuCro �iOrIrJ4 YrT#1 aCwF� SwaA �� Irk s-lE.r L' n !In # AM 9x } Skirl .i lY llh1S =Ad-141'IYI qtLnI Ctayef ,mimcA'?4T news +1Yke�PlA14£'l13L�E5 w r.w44#-mwuf.i wmm. rim aq4 2w!laa 7Q0I lwnpfh= Oft wd Uwr/ " mnLt, Rw;6 SiLF3 AND ML fxr 4hy434dwM* mrdtwC�P�'k cJ3► �'1� 7cgrg p�tieiljr Yro3-FLnc cllym cK FUW W FFir1dw-P CL.A" a i�Ud F'`r11 f': vm3c . clWRty 4sm 7idy411 F+i .SiJ�F _ Ifirr �JJainiK *ppprrr 311%, mnncpi� nr $dL JA i 1 13MM MWA4XP i �rF r V"W Q{ x".y W A- i+il IY?. Jnc cld}s tf Nlgh Vmu�m ' 1 I. fIM" 4 JLY:. IiI 11si 14L ho hgl ysr:eiwngJrroeJd cif 9E 5' MaN k.{ JpGA]MC -w F-f nVanmsrl 1A6OPAtOk2YCLASSUcICATIONCRrrEJk IA 01A C;, n firm -a cm s C� 'D� as-rom 1 aru OIL. z 0L-I ? arx.TVKWM.t'tr,4Jalm! rcLitf-J�►w 77Y4 u F' 1. tly.} 97i1 4'.Y].J I qw 7rr =l4 fr7Y.ax +ne r 41 k 9%06F in a r T wr wwm 31L4i {'r£ I �� �d:�rrr;�x!ax�s� yririewo,r�rmioCi � a V sm Am l v his brffm •A• Lams piMr"�Y �ii a*Yo#W r I :xLav 4'1 In%%Vona wa f l-[I othd rY i\w.dl;fwl ba :J*or iDR3ihj� f Aiv-tMIg1nIGMCKWn W .he wile pj q aomIn 7 irtexIL o`pwastpr V Wm{•"alrm.t 0mdw w YNa *imwa 4im? Lau own i pwn=_`--------------.-__—_--arilSTS.Sift - 1.Er0117w12kaalYr! ---------------""d:;M.2L.2AL31t SID 12 awmx _ _ __ _ "_ _" _ "_ 9;WDOem greet +sa., N*d. k MpTex)a ALAS7NO3'YCH T Mon moo 0 own SEE �W{ �F I r 41 E.J I Hm 0 -on -fl H) ',5i :fw C.J 57 ii di ,Yi Ila- L10ilwi ilmll P4 Ml TRMS DESGRIINING t;(AL CONSIS-TEjACY r-- Gr rl 1 SR34)s o"baarc- llra9 r9 &1345 D riss�i RE.�Lkina f[D �Wowstm O W i Can VWyLmse RelAve OgnsitY oT 030 :a 1 0 0 402396 I-rm) 111 to 1-E 4 to IQ Lone 0 t 40f irl 1. 5 l0 3.0 1 0 to 3R medum D ume 40 to 7 Ver v aiff 3"!D 10 4,15 30 U3 15 Dam 70 �o ,Hz rex 4- O.',r fa Vey 0 to ism I I I K Gorrondona & Associates, Inc. sting September 25, 2018 Mr. Greg Vaughn, P.E. Lockwood, Andrews & Newnam, Inc. 1320 South University Drive University Centre II, Suite 450 Fort Worth, Texas 76107 Re: ADDENDUM 1 TO GEOTECHNICAL ENGINEERING REPORT Sycamore Creek Relief Interceptor Fort Worth, Texas G&AI Project No. LAN_1602.00 Dear Mr. Vaughn: As requested by Lockwood, Andrews & Newnam, Inc., a site investigation for two additional borings was carried out along the proposed alignment within an approximate length of 3,652 linear feet. This addendum letter presents a summary of this supplemental work. We previously performed a geotechnical investigation for the subject project and published the results of our investigation in our report dated August 2, 2017. This addendum letter supplements our August 2, 2017 "Geotechnical Engineering Report" for the subject project. FIELD INVESTIGATION Subsurface Investigation: The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Goring Surface Dearth, Dnte CPS LocatloRi No$- F6vutEon fe-et bo' Drilled Laritude Long&ude Above (rn51)" feet B-08 524.04 15 9/7/2018 32.73881 -97.29793 5-09 534.56 15 9/7/2018 32,73570 -97.29659 Notes: 1. rnsl =mean sea level 2. bgs = below ground surface 7524 Jack Newell Blvd. South • Fort Worth, Texas 76118 • 817.496.1424 • Fax 817.496.1768 Gorrondona & Associates, Inc. -- Texas Engineering Firm Registration No. F-7933 Mr. Greg Vaughn, P.E- Sycarnore Creek Reiial latercepWr September 7S. �010 Page Z of i GENERALIZED SUBSURFACE CONDITIONS Stratigraphy. Descriptions of the various strata and their approximate depths and thickrims per Lhe Unifier! 5oll Classification System (LJSCS) are provided of the boring logs inciuded in AppeFidlx C - Boring Logs and Laboratory Results. Terms and symbols used In the USCS are presented IIn Appendix H UnifIed Sol; ClassIf{cation System. A brief surnmary of the stratigraphy indicated by the borings is provided below and Is conslstent with the sail conditlem encountefed in the pfevims study. Geneiatuid Subsurface CundWons ipt Propmd 66-Inch Wast!wramr line �orh �•f19 L4 B•US Narnlpal Depth, U-0 bp (EWAPtar NWPJ G tval cesaEpklnn Datailed Dmcrlp#Eon of Salh"ateri & Encountered Top of noltorh of L La C U 1 to 10 FAT [LAY. StIR to hard LSAN CLAY TO fAT CLAY (CL-CH 1, IMF t BAN CLAY k,5AN CLAY WITE4 MNo CL . 11010 1s LlMI-; TUNE Soft to veryh3rd WFATH€RED LIMESTONE, t:xcej hLmM. Very hard tWESMWk at fe. to 15-feet bps In Nate: The barlinjp were terra hated at 15 lemt The conclusions and recornmeadatIons presented In our Augura 2, 2017 report rem OJA valid. we appreclate k he oppoaur3ty to provide continuing ser0cesan th16 PMjett. Please contaa us if you have any questions or require additlonaI serwlces. Respectfully submitted, Saurav 5inha, E,1,1, Staff Engineer Lee Gurecky, P.L p{oject Enginevr r j1k'QF 54 LEE F GLkRECKY .............. +........... 120055 r i. Gerfnndona & Assuckates, fne.--'exas fngirleering Firm Appendix A - Project Location Diagrams kk f • 4 I� r 7• '1✓• 1 14 I 1 {•.r tit - _ -�. � -- '- -.." - ■ r � 1 1 T I �� - � L .11� - • 1 � 1 fil • • ? - 1 Appendix B _ Boring Location Diagram Appendix C - Boring Logs and Laboratory Results ROBING LOGS Gormndona and Associates BORING NUMBER B-08 TI24 Jack Newell Boulevard South Fort Worth, TX 7611 a PAGE 1 OF 1 releph one: 817-496-1424 Fax: 817-496-1768 CLIENT Lockwood, Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION FortWorth Texas DATE STARTED 917118 COMPLETED 917118 GROUND EVEVATION 524.04 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Stralabore CHECKED BY SS..... AFTER 15 MIN. Not Encountered NOTES Latitude: 32.73881 Longitude:-97.29793 AFTER 24 HR Not Measured a 0 o-D O MATERIAL DESCRIPTION �w woo ¢z U] a- ca a Of w❑ � q w of �� 0z-i Q c�z Z o H w w vo 04 z N ° N— mM n rn �' ❑ ❑ v r z chi Q a ❑ w o �� F-Z w �o C3 ATTERBERG LIMITS H w z D� U' ul Z LL ❑_ F �� F JJ a- } ~x w Qz J a LEAN CLAY TO FAT CLAY (CL-CH) - Stiff to hard, brown and dark brown, with sand seams, ST 2.25 16 calcareous nodules and gravel. (171s°) _ C :\N ST 4.50+ 14 49 20 29 81 5 ST 4.50+ 14 .50+ 6.1 116 16 ST 4.50+ 11 54 22 32 57 ST 10 -- WEATHERED LIMESTONE - Soft to very hard, tan, with calcareous clay seams. I.. 5 15 Bottom of hole at 15.0 feet. VCPA 50113.375") 5010.25" Gorrondona and Associates BORING NUMBER B-09 7524 Jack Newell Boulevard South Fort Worth, TX 76118 PAGE 1 OF 1 Telephone: 817-496-1424 Fax: 817-496-1768 CLIENT Lockwood, Andrews & Newnam, Inc. PROJECT NAME Sycamore Creek Relief Interceptor PROJECT NUMBER LAN 1602.00 PROJECT LOCATION Fort Worth, Texas DATE STARTED 917118 COMPLETED 9/7118 GROUND EVEVATION 534.56 ft HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Stratabore CHECKED BY SS AFTER 15 MIN. Not Encountered NOTES Latitude:_32.73570, Longitude:-97,29659 AFTER 24 HR Not Measured ATTERBERG c> a > z w w m e � �, N w o LIMITS w ❑ r- O F U MATERIAL DESCRIPTION >- w m J� U 7 p tow Z J G7¢ ~¢ w� w > 2 rn Eb a �' Z Q uZi z z Oo ❑� �� D_� ��> Y"" �---- E 4 o m 7„ F �� rpm F❑ v (.� aZ W UZ O '� U N Oz 2O Q J Q J QZ w cn a LL ❑ o -, z 0 LL LL CLAY WITH SAND (CL) - Stiff, dark FLEAN brown, with calcareous nodules and gravel. l. ST 2.00 22 45 20 25 79 ... WEATHERED LIMESTONE - Soft to very C (5011.50'.), 5010.25" hard, tan, with calcareous clay seams. -- --- UA a G 50/0.375") -- LF 5D10_25�_ 5 FAU fi C (50/0.50" ), 5010.25" 10 LIMESTONE - Very hard, gray. FAU 7 15 Bottom of hole at 15.0 feet. G (50l0.50"), L10.25"} SWELL 'TEST. I;SULTS 1 ABSORPTION SIUVELL T155T (ASTM D4546) RE5ULT5 Boring No. B-08 B-08 B-09 Average Sample Depth (ft) 3 9 0.5 Sample Height (in) 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 Initial Sample Weight (gr) 134.2 135.6 128.4 Initial Moisture (%} 14 11 22 Final Moisture (%) 19 16 23 Initial Wet Unit Weight (pcf) 130 131 124 Initial Dry Unit Weight (pcf) 114 119 102 Applied Over Burden (psi) 2.5 7.1 0.8 Initial Dial Reading (in) 0.0925 0.0250 0.0079 Final Dial Reading (in) 0.1109 0.0272 0.0127 Swell (%} 2.30 0.28 0,60 Project No.: LAN1602.00 Project: Sycamore Creek Relief Interceptor Performed by: Gorrondona and Associates, Inc. I 10 7.5 Le m L co .N N L E U 2.5 0 0 UNCONFINED i f COMPRESSION TEST 10 -- - -- - 2.5 Axial 5 Strain, % 7.5 Sample No. 1 Unconfined strength, tsf 6.121 Undrained shear strength, tsf Failure strain, % 3.061 6.5 Strain rate, %/min. 1.00 Water content, % Wet density, pcf 15-5 134.1 Dry density, pcf Saturation, % Void ratio Specimen diameter, in. - Specimen height, in. Height/diameter ratio 116.1 NIA NIA 2.77 - -- 5.72 .......... 2.06 Description: Brown and dark brown, FAT CLAY (CH) LL = PL = PI = I GS= Type: Shelby Tube Project No.: LAN1602.00 Date Sampled: 09/07/2018 Remarks: Bulge Failure Figure 1 Client: Lockwood, Andrews and Newnam,Inc. Project: Sycamore Creek Relief Interceptor Location: B-08 Depth: 6.0-8.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 1 i Tested By: BF _ Checked By: SS SULFATE E rT'LS'l' RESULTS 1 I I I Laboratory Sulfate Content (TEX-145-E) Project Name Sycamore Creek Relief Interceptor Project No. LAN_1602.00 Hate 9/25/2018 Boring No. Dilution Ratio Used Average Reading Sulfate Content Sample Depth (ft.) 4-6 Dilution Ratio Dilution Ratio l_34 Used > ZO Used 1,7CI 10.7 Average Reading 10.0 1 Average Readingi 9.3 214 Sulfate Content 200 1 Sulfate Content 186 Average Sulfate Content: X y.) 11k],Ll 1 1100 90 80 W 60 Z Z 50LO U W d 40 30 20 10 D Particle I I I I I I I I I Size I Distribution 1 Report 1 1 - - I 1 I I E I I I I I 1 I I I I I II I 1 I II II I I ! I I ! 1 I I I I I I I I I I 1 I 1 I I I I I 1 I I I I II I I II I I I I I I I [ I 1 I I i I I I V I I I I I i I I I I I 1 I - I I I I t I I I I I I I I I - ------------- I 3 I I I I i I I i I I I I I I i I I 1 I I I I I 1 I I I V 1 I I I ! 1 3 I ] I I 1 I I I I I I 1 I I I I I I I I 1 I I I I I I I I I II I I i I I I I I I I I f I f I I I I I I I I I I I 1 1 1 I I I I I I 1 I I I 1 1 3 I r 41J I I I I I I I I I I I I I I I ! E I I 1 I I I I I 1 3 i I I I I I I I I I I I I I I I I I I I I I I I 1 I 3 i I I I I I I I I I I I I I I I I I I I 1 I I I I I ! I I I I I I E I I I 1 I I I I 1 I E I 3 I I I I I 1 I I I I I I I I I I - - I I V I I I E I 1 I I I I I I I I I I I I I I I I I 1 I I I i I I I E I I I ! 1 I 1 I I - I I I I I I I I I I I 1 I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. %+3' % Gravel Coarse Fine 0.0 0.0 % Sand % Fines - Silt Clay Coarse 0.0 Medium Fine O 0.0 5.8 119 35.7 -46.6. LL PL D D6-0--- - 0.0129 --. D.50......... 0.0061 _ _. 30.._..-- .._.... DI5-. - D C C O 0.1136 Material Description O Brown and dark brown, LEAN CLAY WITU SAND (CL) T USCS AASHTO Project No. LAN1602.00 Client: Lockwood, Andrews and Newnam,lnc. Project: Sycamore Creek Kclicf 1merceptor O Location: B-W Depth: (4.0-6,0) ft. Remarks: I Figure Gorrondona & Associates, Inc. Houston _Texas Tested By: KC Checked By: SS ___ _ Appendix D - Site Photographs f•,,� R � I a 0.0 to uo � cn ■I 00 I A I� 4` a � U 0 } � t � f r U Q 0i M 1 L - W k', ' F : z' 1 ul W � l + ,1 14 '�4 ❑0 LL t ' SI' Ij�F+■yI'.14� � Y � i■ t YY� 0 I L Q Q1 I no + Fyti Q ! C M •— -,{+ e - egF'r m �.41 f O I� o0 + 00 +� °rY 1 9 O I fa { I r U a--, 5� I i m9 a txo L.L ! •U - L.S.. Appendix E - Unified Soil Classification System UNIFIED 5011L CLASSIFICATION SYSTEM LA 13 ORATOR V C LAS $F lCA 11 ON C RTrERTA tip SP Wit rnb*" at Vtp-13 ai.r,rdqurarlLtrr] Air GW J�t744G Irmo fioM' A' +ivu<r �.1 b�nfnon 4 AL4 'A'k-.m t VA. t3 i*wt = and f as w cbAm {awv ++`rM2gq:ueoisJ.k of s, /Wu aqg pmkn Mc+avu'l!` ` tnu wi% gwaw qt w to � � { - 1�•o vv *,sue a Cc - l t gm s Div o� o„t.IIE, SP AdnmamgofWodeMnT•,rmlaYastirLv`"r$� sm Atbr,'W1g lrnmLwUW-A' 4�nkr r&'yo she4wW m InaarVA la*5#+m41 6'lkyahrswtAmwliorm ti ihw'Lgiac ragLL^ � C,'J 1 1pymkL qi!+1i�xi�- n'h' I riq ytiq 1-1 Vp1a h.7.7 :4�5Tfiti'�V phLii"i�]�l4`M1ISd #b �'ry1 ir,.:i G'?�IIG4 G.FM 5T waa-rgo- P' Vm (,%x 9Dn wrwdg 7a7IND RW 3c�F am]. mowq* r-cd oa�n an Cbao%w aiitylawc Lets awn-? * repx--------- —---------------- ---- i vW, 4T, G W - so P2 TEFWS DEz5CRJlaING &CA L C014SI STENCY _-�,,, rLc� s aF� �afaJt7ed xsfs PenetromiMar Ferwra' n Ress rye L3.=-�,ariot�M Readirsg ttst3 fb]G r f 0 tq-1 Dpescriv&on Very Loas�-- F.e!-Ave Densitv ? I a SiLf3 f i3 to 1_0 1=arm- 1:o w 1.- 6 TD IQ Lzzse 2 F JIY i-5 to 3.0 U3 to 30 Nkdk2m Dense 'go to 7 'Awry $%a 3.0 to 4.5 1. tie 7! to 2M Hard 4.5t Over 5D Vely use ga to `IOG% GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORT]I SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE 11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rcviscd July 1, 2011 GC-4.061HIazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO. - 02200 Revised July I, 2011 GC-6e06.D Minority and women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I. 2011 SYCAMORE CREEK RELIEF INTERCEPTOR —PHASE II CITY PROJECT NO. - 02200 GC-6o07 Wage Dates THIS IMAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate I Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 +� Broom or Sweeper Operator $ 11.74 h Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 i 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 FLaborer, 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 4 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 i { 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. i Page 1 of 1 1 + 2013 PREVAILING WAGE RATES -? (Commercial Construction Projects) F 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 f Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 y Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 f 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 f $ 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.S0 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6o09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July 1, 2011 Folder No. 3065-77 PH"ELINE AGREEMENT Mile Post: 244.15, Dallas Subdivision Location, Fort Worth, "Tarrant County, Texas his PTPL-L,INB ,AC)REl MENI' ("Agrecuient") is made and entered into r0 of the "ay of 201"' ("Effective Date"), by and between UNION PACIFIC RAILROAD CONTMNY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1:690, Omaha, Nebraska. 68179 ("Licensor"), and CITY OF FORT WORTH, to be addressed at 200 Texas Street Fort North, Texas 76102 („Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HE RKI 1'0 AS FOLLOWS: AilicIt 1. LICENSOR GRANTS RIGHT. A. in consideration ufthe liucase Ice lu be paid by Licensee set forth below :and in fcrthd considemtiorl of the covenants and agreements to bG perlormed by Lici�fisee. Licemor f ereby grants to Licensee tho right to construct and thomfier, during Ilse turnk liercot-, inaintain and operate a 66 inch encased fiberglass «inforund polymer sewage pipeline only, including any apfrurterxancea reAlairod Ivor the operation of said piprclirnc (collectively "T.,icerryce's FaciIiIica") acrm Licensor's real property. traokatge, i other facilities located in Forth Wc)rth, Tarraw County, Stwe ref Texas ("Railroad Prnperty"), The. specific specifications and limited purpose for Licensee's Facilities on; along, across and under Railroad Propa rty are described in and shown can the Print and Specif ealticns dated October fly, 2017, attached hereto as Exhibit A and made a part hereof. B. Licensee's Facilities will I i) only be used for transpoiling a3nd Ganyeying sewage only and .n,.t be used to convey any other substance, any fiber optic. cable, or foe.` any Dtber use, whether such use is currently technologically possible, or whether such apse may come into existence .during the life of this Agreement. C. Licensee acknowledges that i r IL orib contractor pTouiries Licensor with digital imagery depicting Licensee's Facilities ("Digital Imagery"), Licensee Zj4Ltt�a1rixes G.icemor to use the Digital Imagery in preparing Exhibit A. Licensee, through a license or otlierwise, has the right to use the Digital Imagery and to permit Licensor to use the Digital Imagery in said manner. Article 2. TERM. This Pipeline Agreement shall take effect as of the Effective Date first herein written and shall continue in full Pearce and effect. Article 3. LICENSEE FEF. Upon execution of this Agreement, Licensee shall lacy to Licensor a cane -time license fee of Eleven Thousand Two Hundred Teri Dollars ($11,210.00). Article 4. LICENSEE'S COMPLIANCE WITH GENMAL TERMS. All work oil Licensee's Facilities performed by Licensee or its contractor's will strictly comply with all trans and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit if and rn^de . part hereof Article 5, INSURANCE. A. Dwing the term of this Agreerncrt, Licensee shall fully comply or cause its contractors) to fully comply wits+ Lhe ---. ru<tce requirements described in Exhibit C, attached b.ereto and made a part hereof, Licensee shall send copic5 of all insurance docuraeritation (e.g., certificates, endorsements, etc.) to Licensor at the address .listed in the "NurICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability :and/or ;limiting its -!dilly to obtain insurance in compliance with Exhibit C of this Agreement, those statutes shall apply. Article 6. I:li' ORK.IS PERFORMED BY CONTRACTOR. If ti con Imetor is hired by l ;cerise= to perform any %vork on Urens='s FaciIiiim. then 1-1cermw Shall require its contMiur(s) to execute Licens&s tban-ctirreril form of Contractor's ]tight of Rntry Agrrcment (" ROE'), Licensae acl Pw.-.,iedgzs ;I.aF: tl) the CROE attached hereto as Ltxhlbft D and mnda x part hereof is the most current foravailable as of the -effective :Date; andtii, tle .--ni e a" iWhdiunns of the CROS are Subject to cluinge by Lk, ensor, such changes to be made at Licenser's sole discretion. I Gern:Em s€ alI require Its i:ontivctars to tlxeCuta the CROL beforc any ^A�ntmotnrs arc ollnwvd onto rilrnad Prrnparty pursaant LivenstWs notliication requirements set forth In the "NOTIT4:- OFF CLliV MENCEMEN T OF WORK; :EMERGENCIES" Section of xhibiit D. Article . ATTORNUS' VURE , EXPF,NSES, A14D.COSTS. If IItignt#on or other court oc4os or similar adjudicatory proceeding is undertaken by lJ=see ar Licensor to Qa(oT%= itn rights under this Agrcemcur, all fees, costs, Find expenses, Neluding.without limitation, tv"onable :d onwye fees and imuh east,, of the prevailing PaiV in such action, cult, or procwding shall be re!mbursed or paid by lhr. Nrly against hose Interest the jiidgam_enr or doe-kirrn is rendered. T1ie provisions of Ibis Article sh:i61 uu,A—1 p the dn-" of thi-R Agreement. Article 8. WA-1 'ER OF BREACI L The waiver by Licensor of the bra�lk of ouiry uundition, covanant or ag=inunt heroin canininod to be kept, ubserved and! performed by I.icrmNcc Omit in na way impair the right of licensor to avail itself of any comedy Lot any subsequent hmaca h the -call Article 9. ASSIGNMENT. A. Licensee shall not a&gigi) this Agreement, in whole or in part, or any rights herein granted, without the written comeni of Livensor, which must be requested in writing by Licensee. Any assiglimmut ar atienip1wI vas ter' v.f 1Iris .A,gmumer!t or any of the rights herein granted, whether voluntary, l)y op6"io11 of law, or otherwise, without Licensee's written consent, will be absolutely void and may re ult ir, Licenser's termination of this Agreernont pursuant to the "TERMINATION, REMOVAL OF LICENSFUS FACILITIES" Section of Exhibit B. B. Upon Licensor's written consent to any assignment, this Agreement will be binding upon acid inure to the benefit of the parties thereto, successors, Heirs, and assigns, executors, and administrators. A.r#icle.10. R"WERABILITY. Any. provision of this Agreement which is detennined by a court of competent jtvisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination, which shall not invalidate or otherwise render ineffective any other provision. of this Agreement, :Article 11. NOTICES. Except Licensee's commenceinca of work notice(s) required under Exhilgit D, all other notices required by this Agreement must be in writing, and (i) personally served upon the business address listed below ("Notice Address"), (H) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or (iii) iiy certified snail, return receipt requested to the Notice Mdress. Overwght express delivery notices will be deeined to be given upon receipt. Certified grail notices will be deemed to be given three (3) days after deposit with the United States Postal Service. If to Licensor Union Pacific Railroad Company Attn: Analyst —Real estate Utilities (Polder No. 3065-77) 1400 Douglas Street, MS 1690 Onnalia, Nebraska 68179 If to Licensee: City of Forth North Attn: Leon Wilson 200 Texas Street Forth Worth, TX 76102 Article 12. SPECIAL L PROVISION — ONSITE OBSERVATIONANS. PECTION. Licensor requires licensee to providt inordloring of tracks and on -site observation and/or irspection through Licensor approvers inspector named below during ail construction and installation work. Licensee is to directly coordinate services with the named inspector. ftailprus Field Services Eiriall: RRU[iiilyfa2rallj)mfg,com Phone (6i12,2r`1 5271 IN W1 I"MESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, a Delaware corporation By - CITY OF FORT WORTH, a Texas municipal corporatiun rry I3y:__ Approved ns to Form and Legalky; Jessieansvang sef isistant city atto..1.11ey Form 1295. N/A Attest: City secretary' Date:. CONTRACT COMPLIANCE MANAGER By ,igning, I actwowledge Ihmi I am the parson responsible for the tnunitorhig and adn inisitntlnn of this contraci inuluding ensuring all performance and reporting req Ldrensents. [X,4�� 4vr� Name: Title. T Title: r+ e et � . r I NON-FLAMMABLE LIQUID 0 CROSSING PIPELINE ❑ ENCROACHMENT ❑ BOTH ii LIPRR R. 4. S4. U ry� 2 I.a ANGLE. OF ° CROSSING OESCkIBE °- i DESCRIBE I FIXED OBJECT I FIXED OBJECT CROSSING TRACK CROSSING TRACK7 W. €ndTrurs._ulBr_.No 244 OR TN (ES: t7@Aa+a7) PLAN — SCALE: NOTE p q DOTER OUTER T� TRACK TRACK �ticc .FT. -I i .... .. ,...-..- 100 FT. — 13D FT. -»- !d 'ti_ —.-F + — Ike — VENT PIPE I �� I RUT k JiL FF. L GROIN I AFT.. SURFACE DI.TCNAG�� - - --�u s_. -----_--_--- - - - - - - CASI.NG PIPE SECT I ITN CARRIER PIPE s€ALE HOIii Li ITUCHN61 PIPE ENCROACHMENT NQTEs� 1IACLmAiENBIt}N$'M[1R�F3PEFS€'P.NT3EG13LARTh 7�-Ix'. CEIViF�SL.IN[� ()F i'RAC16 qf[h R TO ARFMA VOLUME 3. GW RTER t PART S. SECTION 5.1 A) METHOD OF INSTALLATION 7UIdtZBiJI`7G 13) DIS:T. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT -__..._ , BUILDING AMERICAO -C) SIGNS PROVIDED?_AT MWIMUM:SIC.N5-MALL-BEPRONAPEUASSTATED ABOVE ..0) CARRIER MATERIAL IF RCP, CLASS V? rIA , COMMODITY TO 8E CONVEYED -SWAGE OPERATIONAL PRESSURE 25 PSI. MAOP ?�PSI. WALL THICKNESS IINGH)1 SCHEDULE 1,46 UTAMLILR I Ira. SUBDIVISION, n�r�ss�e. CATHODIC/COATING PROTECTION— TRACK TYPE: AAMNLINE .E) CASING MATERIAL STPFL TUNNEL UNBRetA.xE',,_,,._, IF R(:P,CLASS V7 ?aA M.p.t2M.15 LA7,: 32.xa43194 TOTAL LENGTH CASING PIPE.2rAFT, E.S.M-, 1200+98* LONC.: sr.zgslsae�sss WALL THICKNESS u,2s IN. DIAMETER s:I IN. CATHODIC/COATING PROTECTION NEAREST CITY: COUNTY: STATE: CASING PIPE IS SEALED AT THE ENDS. _.YORr�wroRTH TARRAM Tx .,.-- F) DISTANCE: FROM CENTERLINE OF TRACK TO NEAR FACE. OF APPLICANT: cITYoFFoFRrwnRTH BORING AND JACKING PITS WHEN MEASURED AT RIGHT AN6L.F5 130 AND 116 FILE NO. 03OWT DATE: iWo5f2all EXHIBIT B GENERAL TERMS AND CONDITIONS Section f. LIMITATION AND SUBORDINAT'FON Olt RIGHTS CRAM TED. A. The foregoing grant is subject and subordinate to the prior and continuing right amd obligation of Licensor to use and maintain its entire :property including the right and po or or Licensor to construct, maintain, repair, renew., use, operate, change, modify or relocate railroad tracks, sioial, communication, fiber optics, or other wirilines, pipelines and other facilities upon, along .or across any uF all marts of its property, all or any of wbicb may be freely done at airy time or times by Licensor without liability to Licensee or to any other paity for cornpe-oration or damages. 3. The foregoing grant is also subject to ail outstanding superior rights (including those In favor at 4,renscos and IessLes of RaiTroad Propmrty) end the right of licensor to renew and extend the same, and Is made withmit covenant ortllle or Fur quiet unjoyinunt. 1t shall be Licensee's sDle abligsttion to obtain such. additional permission, license and grants necessary on account of any such existing Tights. Sectioxs 2. EAM :ERINQ REQUIItLl4IligTS, PERRIT'S. A. Licermcats Facilities will be designed, cozas nict+:d. operated, maintained, repaired, renm d, nyodiifed, mconartietcd. rem aved, or abandoned in platy an Railroad Pfopt�rry by Licensee or its contractor to Licwrts is mlisfaction and in strict conformity wilt (I) Ucensvfo- cumenl e0gineming standards and sp ilicatiorm, including timse for slmri.ng and cribbing to i"tact Licens&s railroad upvratior- and Ecilities ('UP Spec!freatiorks"), except for vanes ices approved in advance in ivriling by Licensor's .assistant Mice. Presideni Engincefing — Design or its authari-mci representativa ("IJP Engineering Representative"); (ill arch other additional safety standards as Liaensar, in its sale discretion, elegy to require, including, withoist limitation. American Railwny 4ngir=dng and Maintenance -of -Way Association ("ARIsMA") standards rind guidelines (cuiloctively. "UP Additional Requirements"); arrtl (iii) ail applicable laws, rules, and regWatissrrs, including airy applicable Feder+ Railrord Administration and Federal Lnocgy I�egulntory Cl. jnrrrissiUn regulations and airacrinc%rsts (collectively, "Laws"), If there is any conflict between LIP Spccilivakions, UP 1- dditiuf-Iai 1xcq 1kQWWH5, aitd Laws, the most r�astrialive will apply, B. Licensee shall keep the sail over Licensee's facilities thoxoUghly compacted, and maintain the grade over and around. Licensee's Facilities even with the surface .of the adjacent ground. C. If needed, licensee Aiall secure, at Licensee's sole cost and expense, any and all necessary permits required to perirUru. amy work on. Licensee's Facilities, Section 3. NOTICE OF COMMENCEMENT MENT OF WORK; EMERGENCIES. A. Licensee and its contractors are strictly prohibited from commencing any work associated with Licensee's Facilities without Licensoer, written approval that the work will be in strict compliance with the "ENGINEERING REQUIREMENTS, PERMITS" Section of this Exhibit I3. Upon Licensor's approval, Licensee shall contact both: of Licensor's field representatives ("Licensor's Field Representatives") at least ten (10) days before coinmencetnent of any work on Licerssec's Facilities. B. Licensee shaI.l not commence any. work until: (I) .Licensor has determined whether hugging or other:special protective or safety measures ("Safety Measures") are required for perforinacice of the work pursuant to the "FLA.GGINO" Section of this Exhibit B aad provided Licensee written authorimlion to commonm work; a►.t.d (2) Licensee has complied with the "PROTECTION OF FIBER vi=iai i.'r' B E S`x'S'9'Hiv1S" Section of this Exhibit R. C. If, at any time, an emergency arises involving Lie:em='s Facilities-, licensee or its contractor shall immediately contact Lice.nsor's Response Management Communications Center at (888) 877-7267. Section 4. FLAGGING, A. Following Liccnseds notice to Licakioes Field representatives required under the "NOUCE OF COMMEN'CEMFNT OF WUl'cri; INI-,R€iLNC1ES" Section of this Exhibit B, Licensor shall Inform Licensee if Safety pleasures are required for perfbruariRce of the Work by Licensee or its contractor on Railroad Property. If Safety pleasures are required, no work of i my k ind may be Performed by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. If tto Safety Measures are required, Licensor will give Licensee written authorization to coniincncc work. B. I any Safety Measures are performed or r vivided by Licensor, including but not limited to flagging, LiuEisar shall bill Licensee for such expensms incurrud by Licensor. unless Licensor and a federal, stun, or local governmental entity have agreed that Liluensor Is L,) bill such expenses to the -federill, state, or local governmental bn lty. Additional information regurdiirg the submission of such expenses by Licensor nad p"ay.rrernt thereof by Uu naee can be lound in the "LfCENSETi—S PAYMBNT OF EXPENSES' Section ofthis Exhibit I3. If Licensor perton»s any Safbry Measures, Licensee agrees that Lioensee is not relieved of any of responsibilities or lia bilit es get Earth in this Agreement. C. For flagginj the irate of pay ppr hater ror em,li dagger wlll bu the prevailing hourly rate in cI eet far art eight -hour doy for the cl= of 11agrneu used during regularly msigne.d hours and overture in Eir:cordatw with Labor Agrcaout:nts and Scliedidts hi a ffecr w the Iime the work is puFmTned. In tiddiIirm to the cast of such labor, a. coniposile charge :6r vacation, holiday, lxenith and welfire, slrpplcin. antal siclux=as, kailrrmd Retirrinent and unempinymenl mmpettsatiun, supplentenlal pension, Hmployees Liability and Property Damage, and Adni0istinlion will be in0iderC, oompulud on actual payroll. The cornposito charge will ba the ptcvallirig canipwitc charge in cMci :iI the time the work is performed. One and one-half l bme. ale E;ar?e!ra imarly rate Is paid for overtime, Saturdays and Sundays, and two and erne- half times ourrent .hourly rate for holidays. Wuge rate ara subject to change, at any time, by law or• by agreement between. Licensor .and its employees, and may be retraactive as a result of negotiations Or a ruling of an authorized governmental agency, Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Licensee (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. O. Reimbursement to Licensor will be required covering the frill eight -hour day during which any flagger is furnished, unless the Nagger can be assigned to other railroad work during a portion of such day, in which event reimbursement will not bu required for the portion of the day during which the flagger is engaged in other railroad work Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Licensor is required to pay the flaggers and which could not reasonably be avoided by licensor by assignment of such naggers to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position ill compliance with union collective bargaining agreements, Licensee trust provide licensor a minimum of five (5) days notice prior to the cessatiflrl of the need Ibr a rtugger, if f1w, r51 days notice of cessation is not given, Licensee will titill be requirad In pity ilgghig eharp= for the clays the flagger was schodolM, everithoughflugging ls-no longer r�rluired fnr dim period. A additional ten (10) clays notice roust then be given to Licensor rf 11 ins- sci vice are r cr;d + u again after such five day cessation notice has been given to Licensor. Section 5. SAFFTY. A. Safety of persvrincl, pfoperty, rail aperancris and the public is of paramour importance; in the prosecution ofany work on Railrtmd Properly performed by Licensee or its contractor, and takes pr°ecedonee over any work on Limnsces Facilities to be performed Licensee or its contractors. Licensee shall be resp+ai sihlc for inillatIng, mainUning and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum corrrply, with Licenser's then current safety standards located at the below web address ("Licenser's Safety Standards") to erasure uniformity with the safety standards followed by Lieenser's own forces, As a part of Licensee's safety responsibilities, Licensee shall notify Licensor it it :dctermincs that any of Licensors Safety Standards are contrary to good safety practices. Licensee and its contractor shall furnish coples of Lieer.W3 Safety Standards to each of its employees before they enter Railroad Property. � � � ! " 11�slndf un oum,licr snr-ci};�pe1 a. Licensee shell keep the joh site on RaHroad Propor ty free from aafety w)d reaIth lynx mis and eMMI-12 that their errrployees er•e competent end adequalely Imined in rilland health aspects of the work, C. Lieenvue ngreBF, that j.io"se&-,t Faeilllics and all p lhnraof Within and outside of the limb of Rallrraad Prapnrty will not lnterftre whalsrtucr with ilia eamtont, continuous, and unintzrrupted use vF Elie tracks, piuperly, end fiw.ilitl�s ul`Llmasur, trtrcl IralhiFig shall be donc or auNared to b- done 1�y Licensee at any tiTne that would in any, manner impair the safety thereof. D. L1ce-wWs operelio„:s urtu 'rvv%n Nr[Diniod by UcGtisor's personnel may oeuse delays In Licensee's or its contractor's work on Licensee's Facilities. Licensee accept-5 ibis frisk and agr [hut Licensor shall .have no liability Io i.Iccnsee or tiny Wier per -sun or entAy for arty such delays, Licensee .must coordinate any work on I ailrand Properly by Licensee or any third party with Licensors Field ReptesentativeS in slriut complinn with (lie 'NOTICE OF C0MMENCBMENT OF WORK; EMERGENCIES" Sectionr of this EWAL bit H. S. Licivinor shall havc ilia r1g,K if iI so ideom, in provide any rrupport it dceins Wcessary for the salaty of Licenser's opcmtions and Iraekuge during Licensee's .or ils conimcloes constrvelionr mainienariM repair., renewa 1, mo(KRUndon, relncation, recorralruction. or removed nTLicensee's Facilities. in the event Licensor provides srlch support, LiceTinve shrill invoice LicennD, and Licensee shall pay Licensor as set forth in the "LJC;?NSFRS PAYMENT OF EXPENSES" Section of this Exhibit R Licensor will give as rnucir notice as is foa.4 7 t•ecogniZ.ing sucli costs trust by authorized by Licensee's City Council and fiends must .be appropriated. F. Licensee may use unmanned aircraft systeins ("UAS") to inspect .Licensee's Facilities only upon tho prior authorization from and. render the direction of .Licenser's Field Representatives. Licensee agrees that its use of UAS on Railroad Property will comply with Licenser's then -current Unmanned Aerial Systems Policy and all applicable laws, tales and regulations, including any applicable Federal Aviation. Administration regulations and enactments pertaining to UAS. Section 6. 111,0TE,CTION OF FIBER OPTIC CABLE SYSTEMS Fibwr optic cable systems may be buried on Railroad 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. In addition to the notifications required under the "NC)`1"I.CE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exliibit :B, Licensee shall telephone Licensor daring normal business hours (7:00 a.m. to 9:00 p.m. CenVul Time, Monday through Friday, except for holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for omergency calls) to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will not commence any work on Railroad property antil all such protection or relocation has been completed. Section 7. LICENSEE'S PAYMENT OF EXPENSES. A. Licensee shall bear the entire cost and expense of the .design, construction, inainteriance, modification, reconstruction, repair, renewal, revision, relocation, or removal ofL.icensee's l;ac.Hities. JR. Licensee shall fully pay ,-or ,►Il inatarlals joined, affixed to and labor perlbrmed on Railrnftd Propaq in Lannection with the construction, maintenance, madif L!aiinn, recnn*uction, repair, renewat, ruvlslvu, relaWlun, w- removal of Licensee's Fet0litirs, and shrill not permit t)r .suffer any mechanic's or 1111etariatlf"On'n lien of any kind or nature to be enfarrcd agAiml Lire prapbriy for any work done or matarin]s furnished thereon at the instance or icquest or tin brimif of Licensee_ Licanwc shall prompily pay or disuhurge all tmccs, c1mu m, and assussmmits levied upeit, in irsprxi to, or on account of Licensee's Facilities, to prevent the saute from beeoinIng a c.iinrge or lien ariou any property, s-fLicensor, nrid mo that the taxes. churgeR, and n=ssrnents levied upon ar Ili Gcspect to such property shall not be increased bec�suse of the location, construction, or inaiilcitaricu al` Licensee's Facilities or any improvement, applian,,;e, or fixture connected therewith placed tepnrl such }property, or on account of Licensee's interest therein. Where such tax, charge, or assessment may not be separately made or assessed tcx Lii;unsee but shall beincluded in the assessment of the property of Licensor, then Licensee shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee'sproperty upon property, of Licensor as compared with the entire value of such property. C. As qvt fsr'di uI uie 1117LAG€ ING" S tl4in of this Exhibit H. Licensor shall have the right, if it so elects, to provide any Safety Measures Licensor deems necessary For the safety of Licensor's operations and trackage, during, Licensee's or its co+itriiatc�rs cnnstructinn, maintenance, modification, reconstruction, repair, renewal, .revision, relocation, or removal of Licensee's acilitic�, including, but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee`s notice recipient listed in the 'ONOTiCES" Article of this Agreement licensee shall pay to Licensor the total amount listed on such invoice within thirty (30) days ofLicens.ee's receipt al'srich invoice. Licensor will give as much notice as is feasible recognizing such costs must by authorized by Licensee's City Council and funds must be appropriated. Section S. MORIFICATIONS TO .LICENSEE'S FACILITIES. A. This grant is subject to Licenser's safe and efficient operation of its railroad, and continued .use and improvement of Railroad Property (collectively, "Railroad's Ilse"). Accordingly, Licensee shall, at its sole cost and expense, modify. reconstruct, repair, ronew, revise, relocate, or remove (individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's facilities as Licenser may designate €ax identify, in its sole discretion, in the furtherance of Railroad's Use. B. Upon any Modification of all or any portion of Licensee's Facilities to anathor locution on Railroad Property, Licensor and Licensee .9hall execute a Supplemcnial Agreement to thus Plpelirw Agreenierd to document the Modification(s) 'a Licensee's Facilities on Railroad Property. If tJte Modifications re-,mit in Licen-ev's Fuc1liliF-5 mnving off of ElRailroad Property, [his. Agreement wlJI terminate upon Licensee's completion of such Madificnlinr3(x) erd all --mmine:l within the "TERMINATION; REMOVAL OF LICHNSFF'S FACILITIES" Section of this Exhibit R. Any such Modification(s) off of Railroad Property will not release Licensee from any liability or other obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensees Facilities. Section 9, RTSTORAT;fON OF RAILROAD PROPERTY. In the event Licunseu, in any manner moves or disturbs. any praiperty of Licensor in canneetinn With the construction, maintenance, nmodifleation, ir(.o slru ction, repair, Mrwwal, reylgion, relocation, or removal of Licensee's F=Hitles. then, Licensee shall. as soon m possible and at L.icenssee'a sale cost and expertise, re-dlcm Liacna-m-'s p!-!ai?c! to the same condition as the same were before such pr^pW^ty .1M moved or disturbed. Section Jill. lVD}'WM PY. A. DeRgilion Mused In tliie Se�ctian_ 1. ":L.icw=r" includes Licenser, its affiliates, Its and Ihair dfficzm, direr tuns agents and "iployees., uiid otlice in] Iread companies using Rai lit d Propuyly. at or afar the location of .Liccensee's installation and their officers, directors, agents, and. employees. 2. "Licensee" includes Licensee and its agents, contra twa, 3ubcDntractors, sub-sui aontraclors, eatiployees. o#llcer% and directors, or any other person or entity acting on its belraEf ar under its control. 3. "Loss" ja ludes clal s, su q, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments,, judgments, sottkments, hails, demands, actions, causes of action, fines, penalties, interest, and expenses of any nature, i;ticluding court costs, reasonable attorneys' fees and expenses, investigation casts, and appeal expenses. B. licensee shall, to tips extent alio3v�xl Iry !,! and ttic 're Gonatuiion, release. defand, indemnify., and hold harmless Licensor from tend agui of any and all Loss, aven i(Sroundim, fraiudular.-I or false, that directly or indirectly arises out of or is related to Licensee's constfuction, triaintenatace, modification, reconstruction, repair, renewal, mvision, relocation, removal, presence, use, or operation of Licensee's Facilities, including, but not limited to, any actual or alleged: 1. Bodily barrn or personal injury (including any emotional injury or disease) to, or the death of, any person(s), including, but not limited to, licensee, Licensor, any telecommunications company, or the agents, contractors, subcontractors, sub -subcontractors, or employees of the foregoing; 2. Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but Rot limited to, any telecommunications systen i(s) or fiber optic cable(s) on .or near Railroad Property, any property of Licensee or Licensor, or any, property in the care, custody, or- control of Licensee or Licensor; 3. Removal of person(s) frorn Railroad Property; 4. Any delays or interference with track or Railroad's Use caused by Licensee's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, .revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, .labor, ma.winIs, equipment, or machinery in conjunction therewith 5. Right(s) or interests) granted pursuant to this Agreement; 6. Comenls escaping from Licensee's Facilities, Including without limitation any actual or alleged pollution, contamination, breach, or environmental Loss; 7, i,ieeasee's breach of this Agreement or failure to comply w;uh its provisions, including, but not limited to, any violation or breach by Licensee of any representations and warranties Licensee has made iu this Agreement; and S. Violation by Licensee of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all. -applicable Federal Railroad Administration regulations. C. THE F r 01ING OBLIGATIONS SHALL APPLY TO TI4E FULLEST EXTENT PERMITTED BY LAW AND THE TEXAS CONSTI`11711ON FOR THE BENEFIT OF LICENSOR, BXft,PT WITBRE THF_ LOSS IS CAUSED BY THE SDLC� ACTIVE AND DiRFCT l�lF?GC.rtil�rlc�,, CrT{WS NEGIAIENCE, O" W II.RI:.FUL MISCONDU€,`T OF LICENSOR AS DETERMfNE-D IN A FINAL JUDGMENT Y A COURT OF COMPETENTJ=SDICITON. Section 11. TE1 1VI l�I TIQN; ftEMO'VAL OF LICENSEE'S FACILITIES. A. 1 f Licensee does not use the H&L fwmin granted on Licensee's FncUi kmn,- ar ors (1) year, or if Licensee continues in dciWt in {lie perforinance of any provision of this Agreement for a period of thirty (30) clays after wrAtten notice- from Licensor to Licensee specifying such dethulx, Licensor may, at its sole discretion, terminate this Agreeanerat by written notice to Licensee at die aidress, listed in the "NOTICES" Article of this Agreetneut. This Agreement will not terminate until Licensee complies with Paragraphs "C" and "D" of this Section found below. B. Intentionally Deleted. C. Prior to the effective date of any termination described in this Section, Licensee shall submit an application to Licensors online Utility Contracts System at https://www.uprr.com{renalueIligui for Licensee's removal, or if applicable, abandonment in place or Licensee's Facilities located on Railroad Property ("Removal/Abandonment Work"). Upon the UP Engineering Representative's approval of Licensee's application for the Removal/Abandonment Work, Licensor and Licensee shall execute a separate consent document that will govern Licensee's performance of the Rernoval/Abandonment Work from those portions of Railroad T',operty not occupied by roadbed anchor trackage ("Consent Document"). Licensor shall than restore the impacted Railroad Property to the same or reasonably similar condition as it was prior to Licensee's installation of'Licensee's Facilities. For purposes of this Stctirrn, Liccrtsee's (1) perrarmAtice of Thn RemovgI/Ahandum—rent Work, and (ii) restoration work will herchialer he collectively rekn-ed to as the "restoration Work". D. Following Licensee's completion of the Restoration Work, Licensee shall provide a written certification letter to Licensor at the address listed in the "NOTICES" Article o€'this Agreement which certifies that the Resloraliun Work has bonji ccinplety-4I in ACCMinnce w(th the COMMP)t DOZIA "I. Licensee shall report to go ernmeatai authotritles, its tt%juirvd by law. and notify Licensor irnmedianly if any envirunmental contamination is €uncovered €Hiring irerfhrmancx cif Lhe Restoration Work. Upon discovery, the Licensee shall initiate any and MI refuvwul, remedial a:nd restoration actions that are necessary to restore the property to its original, unooum-ninaled condition. Licensee shall provide w itten certification to Licensor at the address listed in the "NOTICES" Article of this Agreement that environmental contamination has been rmuedinted and thc.prulxrly has bcou fescuttul in accordance with Licensor's mquiretrtents. Upon t.leensoea receipt of U.-etts els restoration completion certifications, this Agreement mt ill terminate. E,11n fhe eveni that LIcexsee fh,1.. t^ -ample€e any of the Restoration Work, Licensor M.ay, but is not obligated, to, perform the Restoration Work and seek reimbursement from the Licensee. F. Termination of this Agreement For any reasort Nvill not affect tiny of irighti or obligatlons of the parties which may have arcs=.nod, or Ilah'rIIbei or Lti}ss ( detiiied 1n Iht: °n` l?iJMNITY" Section of this Exhibit B), accrued ox €athenvise, which Mq have nrlst!n prior to ttwh lerminatian_ EXHI 1JIT C INSURANCE REQUIREMENTS In accordance with Article 5 of this Agreement, Licensee shall (1) procure and maintain at its sole cost and expense, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expense, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability {=) with a limit of not less than .$2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The pc;licy znatlst also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE QP .INSURANCE: Caflllml.val Liability Railroads ISO form CG 24 17 10 01 (fir a subAituta font; .providing equivalent coverage) showing "Union Pacific Railroad Company P uporty" as the Designated Job Site. 13. Busiatp-ss AvtiDntobile Cowerase _ Insurance. Business auto coverage written on i,S^ faun CA 00 0I 1001 (or a-sut stltule fomi providing equivalent liability coverage) with a limit ofnot less $2,000,000 for each accident, and coverage ttntst iat: ittdc ]:ubi;lty arising out of any auto (including owned, hired, and acre -owned autos). 'tlac policy must contain IN following endorsements, WHICH MUST BE STATED ON THE CER-11FICAM GE INSURANCE: "Coverngo VUr C.eltain Operations In Connection With Railroads" ISO fora, CA 20 70 10 01 ((a r a 4tibstitute forms providing equivalent coverage) showing "Unions Pacific Railroad Cor—tipany Property" as the Designated Job Site. Warlcers' Compensatiou anti E+atmlovers' Liability Insurance. Cuvamge inust include bur not be limited to-, Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement, Employers' Liability (Dart B) with limits of at least $500,000 each accident, $.500,000 disease policy limit $500,000 each employee. If Licensee is self insured, evidence of state approval and excess workers! compensation coverage must be provided: Coverage inust 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. D. E av�iroxtaraentaI .Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that tans not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigatioat, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the Ifinks of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply, as if eachnamed insured were the only named insured; and ,separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,000,0M Any retroactive date upplicnble to ELL insurance coverng(: under the policy must be the same as or precedes the Effective Ui aie of this Agreement, and continuous coverage must he maintained for a period of five (5) years beginning from the time the work. under this Agreement is completed or if coverage is cancelled for any reasan the policies extetzded di cove), period, if any, will he exercised for the maximum time allowed. E. I4ailruad Protective LL-billi,W Znstwane- L1[enser rnud maintain For the duration of work "Railroad l'w1ortive Lirtbility" insurance written nn 190 occurrence form C'G 00 35 12 04 (or a substitute form providing rgtJivalent coverage) orl ltijhalf eF Llztaspr only ws named incur 1, s4th a limit of not: les,� tirrrn $2,t}#10,OW per ne-c-urrence and an aggregate of $6,000,000. The defiul#ion of "JOS LOCATJON" and "Vr WORK" on the deeiarallon IOPe orOlt: polwy shitii refer to this Agownien[ and shall describe nJI WORK or OPERATTONS parfwned under this Agreement. Ncxtwi#1 5Nrrcling tine foregoing, Licensee does ttol need 1.011rand Pruiecliva Liability ltrsurance after Etc miti.ttl wFuitrundon work iN complete and all exeew mnierials have hesn removed from Uuciisor's properly; PROVIDED, however, that Licensee skull prnm tCn suc-11 coverage for any subsegtret7l malnti!nariee, repair. renewal, modilTcation. reconstruction, or removal work on Licenser's Foellities. F, UInhre1ls or Excess Inse anet. If L,iMIscc utlliZCS urnlsrella or exrA�ss policies, and these polides.must Nbilow Forms rind of hrd no less cu,ve-ragc titan rho Pfimary Volley. Other Vw qt ewgn: s G. All pollcyOes) rNuired above (except 17r4-,;!n ss nutorriobile, workers' cornpemation and employers' liability) mush ianchidt Licensw as "Additional Insured" wing ISO Additional lnstrred Endorsement GG 20 26 (sir substitute form(n) providing cquivultnt cove mge). The roverage provided to Licengar as rydditioral insured sh;sll riot he limited by Liconsee's 11abbIty under the iinclemnity provisions of this Aireemerit. BOTH UU-NS R AND LICFNSEE EJ{1IE T T1AT LICENSOR NVILL BE PROVIDED WITH ME BROADEST POSSIBLE COVERAGE AVAILABLE I3Y OPERATION OF LAW ! !NDERIS0 ADDrTIONAT, IN ZYRED FORM CCU 30 26. H. Punitive damages exclusion if any, rnu-st be deleted (arid the deletion indicated on tho certificate of insurance), unloss (ra) insmrrce coverap may not lawfully be obtained Ibr any punitive damages that may arise render this Agreement, or (b) all punitive damages are prohibited by till .sinter in which this Agreement will be performed. 1, Licensee waives till righl±g 6r rccovcry, and its insurers also waive all rights of subrogatlon of damages againn! Licensof and its agents, officers, directors and employees for damages covered by the workers` compensation and employers' Liability or commercial umbrella or excess liability obtained by Licensee required in this Agreement, where perinitted by law. This waiver must be stated on the certificate of insurance. 1 All insurance policies mast be written by a reputable insurance company acceptable to Licensor or with a e€rrrent Bests Insurance Guide Rating of A- and Class III or better, and authorized to do business in the state(s) in which the work. is to be performed. K. The fact that insurance is obtained by Licensee will not be deemed to release Or dimitnish the liability of Licensee, including, without limitation, liability under the inderznnity provisions of this Agreement. Damages recoverable by Licensor from Licensee or any third party will not be limited by the amount of the, required insurance coverage, .L. Licensee is allowed to retain (self -insure) in whole or in part any insurance Obligation under this Agreement. Any retention shall be for the account of Licensee, If Licensee elects to retain (self -insure) in whole or in part any insurance required by the Agreement Licensee agrees that it shall provide Railroad with the same coverage that would lutve been provided to it by the required commercial insurance forms had. Licensee obtained commercial insurance, For all coverage not retained {not self - insured) Licensee shall furnish Railroad with certifieates(s) of insurance, executed by a drily authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. E }f IIBB1111, Tril ro Ider No. 30.65-77 CONTRACTOR'S RIGWf OF ENTRY AGREEMENT lVile Post 244.15, Dallas Subdivision. Location; Forth Worth, Tarrant County, Texas This CONTRACTOWS WGIrr OF ENTRY A.CFJ--1 lViEN']' (" greerment") :is made and entered into as of the day of , 2.01_ (".Effective Date"), by and between UNION IIACIFIC RAILROAD COMPANY, a Delaware corporation, to be addressed at 14GO Douglas Street, MS 16:90, Omaha, Nebraska 681.79 ("Railroad").; and , to be addressed at ("Contractor"). RECITALS: A. Railroad and City of Earth WuM (9-.icensee"), entered into that certain Pipeli€i Agreement dated , ideetlilxad In Railmad's records as Felder No. 3065-77., includiag any amendments or supplcm(mts therclu ("Rti[mad 1lgreelnent"j, uovoring License's constr€rcilan, main€vnanze, and operation of a 66 inch oncascci liberglam reitiforced paiymer sewage pipeilne only, including any 'appurtenanizes roquimd for the operatfou of said Iripeline (collecVvely+ 'Uraenoee's Facilities"), across lailroad's real property, Irackage, or other feu lities located in Fart Wvrtlr, i'want County, State of Tomas C' Rallroad Property'% The specific specifications aftd hinited purpost; for Li.renseds Facail ties on. along, &Voss Aind under Railroad Property are desoriberl in and shawri on the Print and Speoifications dated Octabet 057 2017, aitwhc�d herety as Ia-id bit A 91;vr tilyde n par! limpe,E A. Contractor has been hired by Licensee to perform on Licensees l"ac.i:fities located on Railroad .PropeM "1York"J.. C. Railroad it; willing to permit C(Inlraet W tO ; er �:;,,; the Work subject to the terins and conditions of this Agreement. ]T IS M1JTUA1,LY AGREEID BY AND BETYWEEN THE PARTIES HE, .RE1'v AS FOLLOWS: Article 1. I)EI+INITION OF CO.N`rRAC'TOIL For purposes of this Agreement, all references in this Agreement to Contractor will include Contractor's contractors., subcontractors, officers, agents and employees, and others acting under its or their authority. Article 2. RAILROAD GRA NT.S .RIGHT. Railroad hereby grants to Contractor during the Term (defined below),. and subject to the terms and conditions of this Agreement, to enter upon and have ingress to and eg)-ess from Railroad Property for the sole purpose of performing the Work. Contractor acknowledges and agrees that Contractor's performance of the Work is strictly limited to the Work described in this Agreement, or as designated by Railroad's Field. Representatives. Article 3. TERM;TERMINATION. A. This Agreermmt will commence on the Effective Date and will continue for one (1) year from the Effective irate., or until Such time as Contractor completes the Work, whichever is earlier ("Term"). Contractor agrees to. notify the Railroads Field Representatives in writing when it has completed the Work. B. Platwithstanding the foregoing, this Agreement may be terminated by either party an ten {1II; days :urlttea notice to the other party. Article 4. CONTRACTOR'S COUPLiANCE WITH GENERAL TERMS. Contractor represents and warrants that Contractor will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions, attached hereto as Exhibit B and made a part hereof, in its performance of the Work. Article S. CONTRACTOR'S COSTS FOR PERFORMANCE OF THE WORD. Contractor shall bear, the entire cost and expense of performing the Work, including reimbursoment of any costs set forth in the "CONTRACTOR'S PA'rMEivI'OU- EnPINSE " Section of Exh IN t B of this Agreement. Article 6, rn uRLINCg. A. During the Term or this- Agreement, Contractor shall fully comply or cause its ccmtraetar(s) Io frilly cumpJy-witty the insuraac_e requirements described in Exhibit C, attached hereto and made .a. pant here(: Contraelar shall send copies of, all insurance documentatioji (.e.g., certificates, endorsements, Mt) to Railroad M the address listed in the "N[]UCES" Section of this Agreement. II, if Contractor is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtarifi lnsuran,at: to compliance with Exhibit C of this Agreement, those statutes shall apply. Article 7. ATTORNEYS' FRES EXPENSE, S AND COSTS. tF Iitigat[oa or other dour} nctlon or similar adjudicatory pruceeding is undertaken by Contractor or Railroad to enforce lm r[ghts tmdac Ihis Agreement, all fees, costs, and expenses, including, without [irhanon, reasoaabte aitbrneys' fees and court costs; of the prevailing Party in such action, suit, or proceeding shall be refs rbursed or paid by the Panty against whose interest the judgment or decision is rendered. The provisions of this Article shall survive the termination of this Agreement. Article il, DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractor may remove from Railroad Property any employee of Contractor who rails to conform to the instructions of Railroad's field Representatives in connection with the Work, and any right of Contractor shall be suspended until such removal has occurred. Article 9. ADMINIST ,TI V E "few Upon execution of this Agreement, Conlrackar small pay to Railroad n one-tirne adrninistra#Ivt Fee of One Thousand Dollars ($1,000.00), as relmbwserrrent far Rzilr d's adrninistnttivc processing of this Ag eenient, Article 10. NO ADDIMIONAL CROSS . GS (.:RANTKD No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over tt.aili-oad Property will be installed by or used by Contractor without the prior written approval of Railroad, Article IL WAIVER L .F BREACH The waiver by Cenhwtor of khe breach arany Culldilian, urveitNI'll OF er�;trccztcnt l.erein c�o;1tni-d to be kept, observed and performed by Contractor sMll in no way impair the right of Railroad to avail itself ofany remedy Le.,any subnqucnt Ne ch,111W-Vot Article 12. ASSiGNIA1 NT. A. Contractor shill not assign, this Agrepine rt, in Jv110le or in p5rt, nr any rights horein granted, without the w6ttun rf"enf of Railroad, which m l be reyueAM in writing by Con trac1%. Any assigtuttent or aitemptad transferofthia Agreement or any of the rights herein gmuted, whethor voltjruaty, by operation of lark, or otherwksc, without Railroad's. written consent, mil be absolutely void and may result in Railroads lonninalion of th;a Agreement pursuonl to [tic "TER I; TLr IL "-rlr'k r41 Sep tior,: �f this Agreeme-Lil B. Upon Railroad's written constat to any amig inent, this agreement wilt be binding upon and inure to the benefit Sri' #ufrc p ni ` lbrrrte, successors, heirs, and assigns, executors, and administrators. article 13. SEVE.lkUR71;i`I`Y Any provision or this Agreei nnnt which is €letcrinined by Li coturl of coinpaicnt jurisdiedtx3 to he invalid or unenforceable shalt.be invalid or uncRforceablr only to the extern ofstich tlelermination, which shall not invalidate orotherwise ren4j- indifmmive any other prmvisivn of this Agreement. Article 1.4. NOTICES. Except Contractor's corvine enrent of work nftHon(s) .equired under Exhibit R, all other notices required by this Agreement must bt in writing. and (1} personally served upon the business address listen] below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel .Service to the Notice Address. or (iii) by earth' ed mail, return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be .given upon receipt. Certified snail. notices will be dec racd to be given three (3) days after deposit with the United States Postal Service° if to Railroad: Union Pacific Railmad Compriny .Attu: Analyst- Real Estrile i kiiities (Folder No. 30.65-77) 1400 Douglas Street, MS 100 Omaha, Nebrwkr, 68 1179 If to Contractor: Legal Entity flame Attn: IN WITNESS WHEREOF, the p€zrties h:efeto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, a Delaware corporation LEGAL ENTITY NAME By: By: _ Title: Title: MCRQ�'�RSS/''�jl NON-FLAMMABLE LIQUID fNG D E N V L M i ib C H E.N T .1. .M PIPELINE .BOTH j UPRA R 9. YV. 1 a972 FT. �-...-._...-..._-.�.:� ass Fi. -�--- _ I ........FT. ;� � � k �a•a�5e"IEG, � �I i i AtiCLF 9F L'--•----------- —._—-------� I�—. -.— -e -.- - rc � 1 `°' pESGRL�TE Fliv5CRI8F ! FIXED l)6JEGT c I FIXED OBJECT CRO.554fIG TRACX CROSSING TRACK7 1 I YY Eax➢Trx€ss, a1 fir. Wo 2.#7 �� NORTH Imo: 12884+473 } I PLAN seuc: rL�er —'err TRICK TRACK ? FT. - - - I i 1 FT.-------+— In FT. � li�F1. a k VENT PIPE j 2 I I I TOTAL TRAC�i � rtr FT. � FT. I F1• SURFACE DAINAU I 1 97TCN r —FT, CA51NG PIPE SECT I`lnN CARRIER PIPE smo KOK LONGITUDINAL PIPE Fi�CRDACMMEN3 Wuice: iIr`.i-_L ovwn sip.,a wAa riED FuRptw ft=ULmk r0,rriE M4 MALSE tP L FrxCK z TZL FERTUAW-MA- l6EP5� I.CHA.Pr" 1 wuir irtJUHA1 A) METHOO. OF INSTALLAT04 TUNNIAIND .81 DIST, FROM GENTERLINE OF TFII04 TO PIPE ENCROACHMENT BUILDING AMERICA" -C) SIGNS PROVfDEOT kTMIF iLM1#k9N7i1WL1[�4P19QYIFlL'Oi41�T+5ilLh9{74E D) CARRIER MATERIN, P mm , jr RCP.aASS V,7 NA G.OMMOD11Y 10 BE COWEYR V'fit EXHIBIT "A" OPERATIONAL IGFIESSUI F 2m PSL MAF1P �s PSI. SUBDIVISION: Dallas sub. WALL THICKNESS (INCHII SCHEDULE .�>�s_�� , OIAI-1=1r t °° IN. TRACK TYPE: MAMLINE CATHODICfi OATIAG PROTFGTION Nct F) CASING MATERIAL s LL......T�NN iaErzi}tarp IF RCP, CLASS V? wA M.F. 2�A.3s LAT.: 32.7a431042W69 TOTAL LENGTH CASING PIPE: 20 __...FT. E.S.M.: 325s3+58t WNG.:.s7-29J99dfi3396 WALL THICKNESS 0200 [N. DIAMETER 88 IN, NEAREST CITY: COUNTY: STATE - CATHOFIICICOATING PROTECTION NA CASING PIPE IS sFATE0 Al THE CNDS. row vrOR; LARRAW TX � APPLICANT: C14YOFFORTWQRTH Fi Of STANCE FROM CENTERLINE OF TVACK !r1 NEAR FF)I:E OF BORING ANO JACKINU PITS WHEN MEASURED AT RIGHT ANGLES i10 AND 11 FILE NO.; 0306577 DATE; lmsrza�t 4 EXHIBIT D Folder No. 3065-77 CONTRACTOR'S 1IGIff OF ENTRY AGREEME4 NT Mlle Post 244.1.5, Dallas Subdivision Location: north Worth, Tarrant County, Texas This CONTRACTOlt'S RIGHT OF ENTRY AGREE, ME,NT ("Agreement") is made and entered into as of the play of , 201_ ("Effective Cate"), by anti between UNION -PACIRC ILM,ROAD COMPANY, a Delaware corporation, to be addressed at 1400 Douglas Street, MS 1690., Omaha, Nebraska 68179 ("Railroad"), and � — _ , to be addressed at ("Contractor"). RECITALS: A. Railroad and City of Forth Worth ("Licensee"), entered into that certain Pipeline Agrtemuni dated` , identified in Railroad's records as Folder No. 30.65-77., including any risendments or sopploincrits thereto CRailroad .Agreement"); covering Licensee's construction, maintenance, and opt;-ation of a 66 inch P—neased fiberglass reinforced polymer sewage pipeline only,. including ony appurtenances required for the operation of said pipeline (collectively, "Licensee's Facilities"), across Railroad's real property, trackage, or other facilities located in .Fort Worth, Tarrant County, State of Texas ("Railroad Property"). The specific specificafions and limited purpose for Licensee's Facilitles on, along, across and under Railroad. Property are described in and shown on the Print acid Specifications dated October 05, 2017Y attached hereto as ;Exhibit A and made a part hereof a. Contractor has been faired by Licensee to perform on Licensee's Facilities located on Rairaoad Properiy ("Work"). C. Railmad 11 willing to permit Contractor to perform the Work subject to the terms and conditions of this Agreement. IT f5 KUTUALLY AGREED BY AND UETWEEiv THE PARTIES HERETO AS FOLLOWS: Article L. DEFINITION OF CONTRACTOR. For purposes of this Al rczine a.t, all references in this Agreement to Contractor will include Contractor's conlaaclors, subcontractors, officers, agents and employees, anti others acting under its or their authority. Article 2. RAILROAD GRANTS RIGHT, Railroad hereby grants to Contractor during the Term (defined below), and subject to the terms and conditions of this Agreement, to enter upon and have ingress to and egress from Railroad Property for the sole purpose of performing the Work-. Contractor acknowledges and agrees that Contractor's performance of the Work is strictly limited to the Work described in this Agreement, or as designated by Railroad's Field Representatives. Ardiklr; lt. TE.RM, T ERAMIATION. A. This Agreement will commence on the Effective Date and will continue .for one (l) year froin the affective Date, or until such ti-jue as Contractor completes the Work, whichever is earlier ("Term"). Contractor agrees to notify the Railroad's wield Representatives in writing when it has completed the Work. B. Notwithstanding the foregoing, this Agreement may be terminated by either party of) ten (10) days written notice to the ether; parr+. Article 4. CONTRACTOR'S CONIFLLANCE WITH GENERAL TERMS. Contractor repres&ts and warrants that Con6vctor will sirietly comply with all ierms and conditions set f6rh h rein, ia; luding the General Terms and Conditions: altachcd hereto asFul xhibit B and made a part .hereof, in its performance of the Work, Article 5. CiiN 1 . R"S COSTS FOR PERFORMANCE OF THE WORK. Contractor shall bear the entlre Bost ;nnd' empfinse or perrorming the Work, including reiml rLimorrew of any costs Bot forth irk the "C ONT'12AM'OR'S J'AYMFrM` 0F' EXPUNSHS" Scution of Exhibit rs of tills Agreement. Article fi. iltiTS7IA:i'CE. A. During ilia Term or this Agmtne-nt, Conimclor shall frilly comply or cauz;e its eons Fnctnrj sj In rutty eorr,ply With the insurance regoircmerris descrlbed in Lrxhibit C, Attached her io and muck a part hzxcof. Contmwor skull genet copies of all Irtsarkwi2 docuamnlation (e:g., certificates, endorsements, etc) to Railroad of the address listed hl the 'NOTICES ' Section of this Agreement. B. if ConlrActor m suhleet to statute(s) limning its lnsirrance liability andlor limiting its ability to obtain insurance Ln compliance wily, -%Jdb1t C of lljis Agmzment, those statutes shall apply. Article 7. ATTORNEYS' TE 8 FXPLtNS.Li 8 AND COSTS. Iflitigation or other court aztlon or sinjilar ndjudicalixy pruwxdjng is Lmderlak.en by Conl3m &-cr or Railroad to enforce its rigs undEw this Agreement, all fees. costs, and expwscs, including. witlhow limitation, reasonable attorneys' fees and court costs, of the prevailing Parly in such acrlon. sijit, or procaMing shall be reimbursed or paid by the Party against whose inlensl the judgmcni or douision is rendered. The provisione, of this Article shall survive the 'e,- in-a-ian orahls Agmesm.ew. Article 8. DISJMMAL OF CONTRACTOR'S EMPLOYEE, At the rquW pf Itailr wl, Cbntrnctor moy reove irorn Rvlrnad Property any employee of Contractor who falls to corLenya to the instructions of Railroad's Field Representatives in connection with the Work, and any right of Contractor shall be suspended until such removal has occurred. Article 9. ADMINISTRATIVE, FEE. Upon execution of this Agreement, Contractor shall pay to Railroad a one-time administrative fee of One Thousand Dollars ($i,00:t)_©0), as reimbursement for Railroad's adinin.istrative processing of this Agreement. Article 10. NO A! �LkiTJONAL CROSSf7S GIt:ANTruD No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad Property will be installed by or used by. Contractor without the prior written approval of Railroad. Article 11, WAIVER OF BREACH. The -Waiver by Contm(1or of the breach of any condition, covenant or agreement herein contained to bn kept, ot=rvad and perfortnted by Contractor shall in no way. impair the right of Railroad to avail itself of any remedy for any sabse- tent breach iber•eof. Article 11 ASSIGNi1 t , A, Contractor slLfll mi assign this Agreement, in whole or in part. or any rights herein grantiad, without the wrliton consent of Railroad, which .must be requested 1u willing by Contmctor. Any assignment or nttmipled trimsfer.of this Agreement or any of the rights herein granted, %rhelher vol untaty, by aperation of law, or otherwise, without Railroad's written consent, w611 be absolutely void and may result ir-r Railvoad's tern-itaation of this Agremnerrl pursuant to the "TERM; TERMINATION" N" Sitolon of this Agreement B. Upon RailrvaO; writterr consen+ to any assignment, this Agreement will be binding upon and inure to the benefit of the parties .therato, successors, heirs, and assigns, executors, and adininistrators. Article 13. SEVE ABILITY. Any Provision of thls Agreement which is determined by a court of competent jurisdiction to be invalid or unenforceable shall be inva— hrl or trr,etr :;ruble only to the extent of such deterroination, which shall not invalidate or oilrerwnise render :ineffective any other .provision of this Agreement. Article 14. NOTICES. Exocpt ContPaalor's eomMer3searenr. of work rrotice(s) required under Exhibit 13, all other notices required by this Agreer).ierlt rtr,st be M wxr:;:tIng, arsd (i) per:snnrrlly served upon the business address listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or (iii) by certified mail, return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified snail notices will be deemed to be given three (3) days after deposit with the United States Postal Service. If to Railroad: Unicir Pacific Railroad Company Attu: Analyst— Real Pstate Utilities (Folder No. 3065-77) 1400 Douglas Street, MS 1690 Omaha, Nebraska 68179 If to Cajitractor. - Legal Entity Name Atin: IN WITNESS WHERWF, the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, a Delaware corporation LEGAL ENTITY NAME By: Title, Tit] NON-FLAMMABLE LIQUID PIPELINE a Ijtft ir. O. W. CL1.OSSItY G ❑ ENCROACHMENT ❑BOTH �. �172_ FT.—.—._._.......—.—_F-� . .._ 908 F I ------ FT. •+: + 01fT. L4 �I � tia•�, 5g^R3f G. I ANGi£OF r CROSSING a Q--- — —_—_ - __-_—__. 1� DESCRIBE u ! D> SCR10F FIXED 09J£CT " I FIXED OOJECT CROSSING TRACT( CROSSING TRACK o Vd. End Truss. of No. 244-0 � NORTH j 1ES-12U04#47) „_-.—.--_-----------------_---_... �.. ..rIPLAN I i" OUTER 4 OUIFR TIca � TRACK kTSALK �I« 02 FT. �� !r + T. I — xE+ ! I — I 3;k FT VENT PIPE FT, { _ �-�•�— AFT.-+®--.........•-..-.�_.fl. IOIAL INAUS x�A FT. -- DRA I RAC!• BITCH 43.39,FT, r CASING PIPE SECT I QN CARRIER PIPE I.R III[ NOTES: i; ALL DIMENSTONS:MEASURED PERPENDICULAR T0THE'CFNTERI fl+E.0rTRAGK 21 REfER TO AREMA VOLf1'ME 1 CHAPTER i. PART5. SECTION.5.1 GROUND T.� SURFACE 1 FT. 7-83 FT, I LOlpilRMINAL PIPE F NCTtilti"044ENT Al METHOD OF INSTALLATION TUNNELING $] DiST. FROM CENTERLINE OF TRACK TO PIPE CMC80AC3• eNT T BUILDING AMERICA" C) SIGNS PRti.V1!]ED? AtMIR$ItIM4$IG SWttHE'PRMDEDASSTATED-At�OVE D) CARRIER MATERIAL_El9ff s 're3 PoI rPi , IF RCP. CLASS V? . COMMOnI TY 11T BE CONVEYED !E—WAGE, E X H I BI T " A " OPERATIONAL PRESSURE: 25 PSI, MAUP PSI. SUBDIVISION: [tatlas5 tr WALL THICKNESS (INCH)/ SCHEDULE 1.45 DIAMETER 55 IN. CATHOOIG/COAT.ING PROTECTIONS ._ 1 RACK -1YPE- MAINUNL E) CASING MATERIAL ST[ELTUNNFIIifYERALATF _ IF RCP. CLASS V? Iv1.P.32A4.15 LAT.- 32.744319423(f69 101'AL L FNGTH CASING PIPE: 263 FT. E.S. WALL THICKNESS 0--m 1N. DIAMETER $3 IN. i4_: LON G-- DlG.:-aT,zaoia�33Qs CATHODIC/COATING PPOTECTION--Nfi._.._... NEAREST CITY: COUNTY: STATE: CASING PIPE IS SEALED AT TILE ENDS. FORT YlOR7H_ _ TAR A"! F) DISTANCE FROM CENTERUNV OF TRACK TO NEAR FACE OF APPLICANT: CITY OF FART WORTFI OORING AND .TACKING ?ITS WHEN MEASURED AT RIGHT ANGLES W_ — ._I.3_4—__ AMU, 1.Ls FILE NO.; 0306577 DATE; 10 e5r=7 XIBMiT B TO THE CONTRACTORS RIGHT OF ENTRY GENERAL TrRATS AirM CONDITIONS Section 1. LIMITATION AND SUItORDINA'TTON OF WGI3TS GRANTED. A. The fe-regoing grant .is subject rind subordimac to the prier and continuing right and obligation of Railroad to use .and maintain its enure property including the right and power of Ruilromd, to construct, maintain, repair, renew, use, opcxride, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wCeaar►rs, pips?;tams Wad caataer aac:ra1aaes upon, clang or across any or all parts of its property, all or any of which may be freely clone at any time or times by Railroad without liability to Contractor or to any ather party, for compeMation or damages. B. 'lfie foregoing grant is also subjeei to nil ovisl#andirig superior rights (iricluding thoNe in favor of licensees and lessees of Railroad Property) and the right isf ltniirtwd to rene;v and extckui the' same, and is made- without covenant c�f title or for sluiel enjoyment. It shall be C:ontruclrar's sole obligation to obluin such additional permimiun, license and orantM necessary oo wcoml of any such existing rights. ,section 2. NOTICE OF COMAlWORK{, E141ERC ElYtti;IES. A.. Contractor is strictly prohibited tea eammenctng any War* on Licensee's Faccllllies without Railr4and's Written approval that the work will be in strict compliance with (i) the "ENGINEFRING REQUIREMEN 1-9; PERMITS" Section of the Ra►ilrf ad Agr=ieiit, and (ii) this Exhibit D. Upon Railroad's approval, Contractor :Tall contact Railr=d's Fichl Representatives AL laast ten (10) days before coanaxiencemenj ofany Wo k ort 1,i4;4E�xaseels .Fa;c:Hities, E. Contractor shall: not commence any work until: (1) Rnilroccl has delecTnine;d whether flagging or lather spec) d protcotave nr safely mr--muros ("Safety Mcasums"j arn, reguirad ror perfonnzalce of the Work pursuant to the "FLAi36INGu Section of thla E9ldhit 13 and prnvEdcod Contractor written authorization to comitte;nve the Work; anal (2) Coratrattor has counpllcd wilt] the "PROTECTION OF F]BER OPTIC CABLE S `STEMS" Swioaoft1iis riAbibit B. C. If, at any time, an emergency arises involving Lic:eri c's Facilities, Contractor shall immediately contact Railroad's Response lviahatetneCommutticetjorCr<lerai,�58) 8??-?-V). ,section 3. FLAGGING. A. Following Conlractorrs notice to Railrond's Field RepmscnlaEives required under the "NOTICE OF COM-MENCEMFSNT OF WORK, EMERGENCIES" Section of this Exhibit B, Railroad shall infortra Contractor if Safety Measures are required 4bj- performance of the Work. If Safety Measures are required, no work of any ]rind may be performed by Contmetor or its contractors) until atrraDgeane[IB for the Safety Measures have been made and scheduled. If no Safety Measures are required, Railroad will give Contractor written authorization to uommeneo the Work.. t3. If any 5a%ty pleasures are performed or provided by Railroad, including but not limited to flagging, Railroad sbatl bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state, or local governmental entity have agreed that Railroad is to bill succh expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Railroad and pyment ftreof by Contractor can be found in the "CONTRACTOR'S PAYMENT OF EXPENSES" Section of this Exhibit. B. if Railroad performs any Safety Measures, Contractor agrees that Contractor is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. Fu:' flagging, the role of pay per hour for each flogger will be the prevailing hourly rate in effect fur an elglit-hour day for Ilie ;Inds of 6grn a used during regularly assigned hours and overtime in accordance with L„bor Agreements and Schedulos in effect at the time the work is performed. In addition to the cost of sua labor, a composite charge for vacation, holiday, lreafth and welfare, supplemental sickness, RAilroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included., computed on actual payroll. The composite charge will be the prevalling composite change in effect at the time the work is p.erforined. One and ane-half inaas-ilia cutruiA lieurly mic is paid -for overtime, Saturdays and Sundays, and two and one-hal.z times current ltnady rate 'r holiday& Wag6 rates are subject to change, at any time, by law or by agrae;nenI bahv(,m Rai Innid and its employees, and may be retroactive as a result of negotiations or a ruliDg of an nuffiarir,vd governmental agency. Additional charges on labor are also subject to change.. If thic w;ige rate or additional charges are changed, Contractor (or the governmental entity, as applicable) Shall pay l}I1 U.1G UAJI k�1 111" likew OR'S'a d Charges, 13. Reimbursement to Railroad will' be rcgrr;rt;d covering the full eight -hour day during which any 11Mger is furaished, unless the flaWr tan be assigned to other railroad work during a portion of such day, bi which event rebuburseraent will nut be required for the portion of the day during which the flogger is engaged in other railroad work. ]Uhnbursement will also be required for any day not actually +vorked by the Oaggws fallowing the flaMers' assignment to work on the project for which Railroad is required to pay the finggcrs nrid which could not reasonably be avoided by Railroad by tissignriren! of such flamers to rather work. even (hoKigh. Contractor may not be working during such tune_ When it becomes nemsory for Railroad to bulleftu and assign an employee to a flagging position in "impliance wilh ration uolledive bar'g ioh)g agmenients, Contractor trust provide Railroad a minimum of five (S) days notice prior to the Ge tion ul" Ile need liar i flogger, If five (5) days notice of cessation is not given, CoMlrnctor wilfstill.be required to pay Gagging charges for the days the tlagge.r was scheduled, even though flagging is no longer required for ffiat period. An additional ten (lfl.) days notice must then be given to Railroad if flagging services are needed again after mich five day cessation notice has been given to Railroad. Section 4. SAFETY. A. Skifety of pem- x1nel, pnlferty, roll operations and the public is of paramount importance in [lie pmsecutinn ofany work on Railroad Property performcd by Contractor, and takes precedence over any Work m Licensees Nicillties to be perranried by Contractor. Contractor shall be responsible for initiating, maintaining and superkrishig Af snfcty operatlons and programs in connection with any Work on Licensee's Facilities. Contractor and its contractor shall, at a minimum comply, with Railroad's then current safety standards located at the below web address ("Railroad's Safety Standards") 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 it determines that any of Railroad's Safety Standards are contrary to good safety practices. Contractor shall 'furnish copies of Railroad's Safety Standards to each of its employees before they enter Railroad Property. lhtlp:lhvyvw.,:�v.comic l raup i� ura� , rd0su liersl<I_hcumcnts%trn null' nativedge f ' up sr:nvtier sareiv reqM B. Conti -actor shall kacp the .!nb site no l afficad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the Work. C. Contractor represents and warrants tltsat all part,,; of 1.1censce's Facilities within: and outside of the limits of Railroad Property will not inte&-re whatsoever with the psnslanl, COO inupus, onil uninterrupted use of the tracks, property, and facilities of Railroad, and nothing shall be done or suffered to be done by Contractor at any time that would in any manner impair the safety thereof. D. Railroad's operatlans and work performed by Railroad's personnel may cause delays in Contractor's or its contractor's Work on Licensee's Facilities. Contractor accepts thi:5 risk and agrees that Railroad shall have .no liability to Contractor or any other person or entity for any such delays. Contractor trust coordinate any work on Railroad Property by Contractor or any third party with Railroad's Field Representatives in strict compliance with the "NOTICE. OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this ExhibitB. E. Rail road shall have the right, if if so elects, to provide any support it. dccrras ncr. gary iror the safety of Railroad's operations and trackage daring Contractor's pert`nrn1n0ce of the Wiark on Licensee's Facilities. In the event Railroad provides such support, Railroad shall lnvoir-C Contractor, and Contractor shall pay Railroad as set forth in flee "07191RAC` OR'S PAYMENT OF E ENSEES" Section of this Exhibit B. Section S. PROTECT1ON OF FIBER OPTIC CABLE SY&J'EM . Fiber optic cable: s.ystams may he buried ruf Rai lroad Fniperty. Prntaction of the fiber optic cable - systems is of extreina importance since any break covid disrupt 5ervive lsr users resulting in btashlte s interruption and 1«rws of revenue and pmflts. M addition to the natificahiors required under the "NOTICE OF COMMENCEMENT OFWORK; EMERGENCIES" Scotian of this Exhibit B. C.omraciar Shall telephone Railroad during normal business Ixwrs (7:00 mm. to 9:00 p,rn. Cet,irnl 1'ln eF M011 ia3y through Friday, execpt for holidays) at 1-800-336-9193 (also a 24-Dour, 7-day number fs)r emergency calls) to deteranine if fiber optic cable is buried anywheso on ilailruai Pmperty to be used by Contractor. Ir it is, Contractor shall telephone the leleeamrnia!niealions co_mpany(la;s) Involyr-d, mud arrange f6r a cable, locator, make arrwigements f.^r a'0lu'aR: n or uthaer Fino.wzVen of the fiber uptia: =ble, all at Contractor's expense, and will not cormnenee any work on. Railroad PropW; V, tin A l a!l such prDtectiear or r; locatlrtn has been completed Section 6. CONTRACTOR'S NT Of EXPENSES. A. Contractor shall bear the entire cost and exprnae (of ia;,rfcanning the "York on Licensee's Facilities, including reimbursement of any costs set form in this Bxhibit R. B. Contractor shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the Work on Li nsee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or Stature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Contractor, Contractor shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Railroad, atad so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or facture connected therewith placed Capon such property, or on account of Contractor's interest therein. Where such tax, charge, or assessment may not be separately made or assessed to Contractor but shall be included in the assessment of the property of Railroad, them Contractor shall pay to Railroad an equitable proportion of such taxes determined by the value of Contractor's property upon property of Railroad as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Contractor shall have the right, if it so elects, to provide any Safety Measures Railroaddeems necessary for the safety of Railroad's operations and trackage during Contractor's or its contractor's performance of the Work on Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services, Jn the event Railroad provides such Safety Measures, Railroad shall submit an itemized invoice to Contractor's notice recipient listed in the "NOTICES" Article of (iris Agreement. Contractor shall pay to Railroad the total amount listed on such invoice within thirty (30) days of Contractor's receipt of such invoice. Section 7, RESTORA".fION OF RAIL ,.R:t3rl,D S l'RGPFU rY. In the event Contractor, in airy irinnner moves or disturbs any property of Railroad in connection with performance of the Work on Licensee's Facilities, then, Contractor shall, as soon as possible and at Contractor's sole cmit and expease, restore Railroad's property to the same condition as the some were before such property was moved or disturbed. Section 8. INDEMNITY. A. Deft.- lions. As used in this Section: 1. "Railmad" includes railroad, its affliltales, its and dh.ir officers, directors, agents and efopioyocs, and other- railroad companies using Ralhoad Property at or near tla: location(s) of LiicensWs Facilities and their officers, directors., agents, and errrployees. 2. "Coutraot00 includes Contractor and its agents, contractors, subcontractors, sub-snbc,oatractucs, employees, officers, and directors, or any other person or entity acting on its heltnJf or under.its control. 3, "Loss" includes claims, suits, tastes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, ass.essrnents., judgments, sottlernents, liens, demands, actions, causes of action, fines, penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses, investigation costs, and appeal expenses. B. Contractor shall release, defend, indemnify, and hold harrraless Railroad from and against any and all Loss, evert if groundless, fraudulent,. or false, that directly or indirectly arises out of or is related to Contractor's pe:rfoimance of the Work on Licensee's Facilities, including, but not limited to, any actual or alleged; Bodily fim-rn (rr Iscnw mil Injury (including any emotional injury or disease) to, or the death of, any pemou(s), including, but not limited to, Contractor, Railroad, any telecommunications company, or the agents, contractors, subcontractors, sub -subcontractors, or errr.ployees of the foregoing; Damage to or the disturbance, loss, movement, or deWuction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cnble(s) on or near .railroad Property, any property of Conlfaclor or Railroad, wr any p rrperty in the care, custody, or control of Contractor ar aril fit; 3. Removal of person(s)1'tom Railroad Property; 4. Any delays .or interference with track or Rallrrrnd's ralJroad operations caused by Contractors acti-vity(ies) on Railroad Property, including without limitation the construction, maintenance, mortification, reconstruction, repair, renewal, revision, relocation, or mmoval of Licenseels Facilities or any part thereof, any activities, labor, materials, equiprnent, or machirwxy in conjunction therewith ; 5. Right(s) or inlerest(s) granted pursuant to this Agreement; 6. Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination, Breach, or environmental Loss; 7. Contractor's breech of this .Agreenwrit or failure to comply with its provisions, including, but not litnited..to, any Anlailon or breach by Contractor of any representations and warranfies Contractor lass made in this Agreement; and Vialation. by Cortlractur of a y law. stal.ule, ordinance, govetumenta11. administrative orde., male, or Pgulation, includIng without limitation all applicable kedufal. Railroad Adminiatratlon rn ularinns, C. TIIE FORFOOING OBLIGATTONS SHALL APPLY TO TltL FULLEST EXTENT PERMITTED BY LAW FOR THE 13ENE IT OF RAILROAD TO LOSSES CAUSED BY, AMSING .FROM, RELATING TO, OR RESULTFNC; FROM, IN WIJOLS OR IN PART, THE NECLIGENCE OF RAILROAD, AND SUCI I NEGLIGENCE OF RAILROAD SILL NO'f LIMIT, DIMINISH, OR PRECLUDE CONTRAC'FOWS OBLIGATIONS TO RAILROAD IN ANY RESPECT. NOTWITHSTANDING THE FOREGOING, SUCH 013LIOA`MON TO TNl7F'AfN1rY SHALL RIOT APPLY TO THE EXTENT TIiF LOSS IS CAUSED BY THF. SOLE, At nV9 AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE. OR W1LLrUL MISCONDUCT OF RAILROAD AS DETERMINED IN A FINAL JUD.C1v1L?�T!3Y A couR.i` of Comi, sTL N'F JUIt1SDI TION'. RRU C TO THE CONTRACTORS.RIGHT OF ENTRY INSURANCE' REQU:IR E +NTS In accordance with Article 6 of this Agreement, Contractor shall (1) procure and maintain at its sole cost and expertise, or (2) require its contractors and subcontractors to procure and maintain, at their sole cost and expertise, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL. insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsC-ment, WHIC14 MUST BE STATED CAN THE CERTIFICATE E OF INSURANCE: Contractual -Liability Iltrilroarls ISO farm CG 24 17 10 01 (ear a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site_ B, l311siness AntomnW10 C'Overnae JFJ9Ur•fl1Lr'e, Business auto coverage written can 190 for: r CA GRIM 01 1 Q 01 (ter a !;ulrslaiute Form pro vir11ng crluIvaltrnl liability coverage) with a limit of not ings S2X0,0100 liar each acelrlera. and ;b' v mgu naust include liability arising out of any auto :(including owned., hired, and .non -owned autos). The policy must contain the 11011Iowing endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "{.overage F Certain OFreraalions In Connection With Railroads" ISO farm CA 20 70 10 01, (o'f , s!rbSrrtnlc fnrn) l{r'ovid€ng cqulvnletnt coverage.) showing "Union Pacific Railroad Company Property" as the Designated Job Site, C. Worleers' Compensation and -Lim io ers' Liability Insurance. Coverage must include but not be limited to. Contractor's statutory liability -under the workers' componsation laws of the sate o affected by this Agreement. .employers' Liability (Pam 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 excess workers' compensation coverage must 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. D. Environmental Liabil %+ Insi ance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been :physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims;, or cotmplloace wills statute, ;ail in connection with any Loss arising from the insure.d's perfDrmsnce under this. Agve.o nol- Except widr respect to the limits of insurance, and any rights or duties speclAcxily amigneil W the f tit named insured, this insurance must apply as if each named insured were the only named insured, and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least$4,000,000. Contractor warrants that any retroactive date hpplicablc t6 ELL insurance coverage under thri policy is the same as or precedes the Effective Gate of this Agr=inont, and lhal cc+nlinvatis Gnvcrarre u-11 be maintained for a period of five (5) years beginning from the setae the Work under this Agreement is completed or if coverage is cancelled for any .reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad .Protective Liability Insurance,, ContraaDr mull maintain for tha d0fallon of work "Railroad Protective Liability" insurance written on 180 occurrence form M 00 35 12 Od Car a substitute form providing equivalent coverage) on behalf ofRaliroad ortly as aainLd Imuly J, wi[li a tlmil of not less than $2,000,000 per occurrence and an aggre pte of S6,000,000_ The deft -Mon of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed reader this Agrr±cmer,i_ Notwi!hsfandi!ng lire foregoing. Contractor does not need Railroad Protective Liability Insurance skr its initial consiruclion work Is complete and all excess waterlais !save hem r�mavud From Railroad Property; PROVI t)ED, however, thee: Contractor shall procure such coverage for nny siabsequeiat rnninten nce+ Mpair, ra±neurul, modification, reconstruction, or removal work on Licensee's lracillties. E Umbrella of Excess Insumnee. If Contraetor utilizes umbrella or excess policies, 11nd these policies must "follow %rtn" and afford no less covera than the primary policy. Other Requirement, G. All policy(ies) required above (mvept business outoataobile, workors' conipeusauon and employers' liabiJity) must include Railroad as "1111ld;tional Irzrrred" using ISO AdditionEd Ircwumd Endorsement CC 20 26 (or substitute form(s) providing eg6valent coverage). no coverage provided to Railroad as additional insured shall not be .limited by Con"tues linbility under the indernnity pmviaians of this Agreement. BOTH RAIT,ROAD AND CONTRAC'M FXP.FZT MAT ItA ILROA D WILL BE PROVIDED WITH TEE BROADEST POSM-41.LE1 C..C;; —1-R— CPE AVATLAH,LE? BY OMHA' 10N {)F LAW UNDER ISO ADDITIONAL INSURED FORM OO 20 26. H. .Punitive damages exclusion, if any, narast be deleted (and the delation indicated on the certificate of insurance), unless (a) imurnace coverage may not fx:r illy obtained for° any punitive damages that may arise under this Agreement, or (b) all punitive damages are prohibited by all states in which this Agreement will be performed, 1. Contractor waives all rights or mcovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, ofilicers, dlrectom and enal+Ioyees for dam rges covered by the workers' compensation and ermployers' lialxility Or curnmerc:ial unrhretJn or DXCV-55 Hability obtained by Contractor required in this Agreement, where, permitted by law. This waiver ITII15C be stated on the certificatc of insurance. 1_ All insurance policies must be written by a. reputable insurance company acceptable to Railroad or with a .current Besfs Insurance Guide Rating of A- and Class Vlf or better, and authorized to do business in the state(s) in which the Work is to be performed. K. The fact that insurance is obtained by Contractor w il. not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. GC-6o24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE II Sl ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJI:C"f NO. - 02200 Rcvisccl July I. 2011 GR-01 60 00 Product Requirements THIS PAGE ]LEFT INTENTIONALLY LY BLANK CITY OF FORT WORTH SYCAMORE CREEK RELIEF INTERCEPTOR — PHASE It STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised July I, 2011