Loading...
HomeMy WebLinkAboutContract 54025FORT WORTH «C No.5ao=s CONTRACT FOR THE CONSTRUCTION OF CANDLERIDGE PARK EROSION CONTROL City Project No. CO2717 Betsy Price Mayor David Cooke City Manager Richard Zavala Director Park & Recreation Department Prepared for: The City of Fort Worth Park & Recreation Department OFFICIAL RECORD CITY SECRETARY 2020 FT. WORTH, TX Baird, Hampton & Brown 3801 William D. Tate, Suite 500 Grapevine, Texas 76051 ��P�E OF T eXgs�l * GV SKYLAR LYLE WIERZBICKI .............................. -o' 130824 4/SENSE!) �1 01 /30/2020 FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 14 Bidder's Statement of Qualifications 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements (1 32 1 i 7 Do,-.�.-..,,�,e Asphalt s..ha t P D ,iag o.,..,;.- �Z !1 32 1 1 4 To.v„- Asphalt s.-.ha t PavingD �Z 320129 Gonerete Paving repair 32 1123 Flexible Rase Courses 32 Q 73 Asphalt Paving Gr-aek Sealants 32 13 13 Concrete Paving 32 1320 Gener-ete Sidewalks, Driveways and Baffief Free Ramps 32 14 16 1?fiek TT..it D.,yi . 32 1723 Pavement Markings 3zTrz5 Gur-b Address Painting CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACS) 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 �. �. . ■ CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACS) 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 SPECIAL SPECIFICATIONS 99 99 99 Turf Mat (Pyramat) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: hlps://proj ectpoint.buzzsaw. com/client/fortworthgov/Resources/02%20- %20Construction%2ODocutnents/Specifications CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACS) 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Re�air 32W29 Lime e T .ea4e a -Base r,.ufses 32 31 29 Wood Fences a tes 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees .,.,..a C'l.fubs CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 FtSF IPMFA �. • ■ CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACS) 000000-7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 Appendix GC-4.01 Availability of Lands (NONE) GC-4.02 Subsurface and Physical Conditions Geotechnical Engineering Study by CMJ Engineering GC-4.04 Underground Facilities (NONE) GC-4.06 Hazardous Environmental Condition at Site (NONE) GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities Sec. 404 Permit Assessment by Integrated Environmental Solutions GC-6.24 Nondiscrimination (NONE) GR-01 60 00 Product Requirements (NONE) END OF SECTION CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) Division 00 General Conditions City of Fort Worth, Texas Mayor and Council Communication DATE: 04/21 /20 M&C FILE NUMBER: M&C 20-0262 LOG NAME: 80CANDLERIDGE PARK EROSION CONTROL IMPROVEMENTS - CONSTRUCTION SUBJECT Authorize the Execution of a Contract with C. Green Scaping, LP, in the Amount of $273,866.25, for the Construction of the Candleridge Park Erosion Control Improvements Project (2018 BOND PROGRAM) (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with C. Green Scaping, LP, in the amount of $273,866.25, for the construction of the Candleridge Park Erosion Control Improvements Project (City Project No. CO2717) DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a construction contract with C. Green Scaping, LP, in the amount of $273,866.25, for the construction of Candleridge Park Erosion Control Improvements (City Project No. CO2717) On June 24, 2019 the City administratively authorized an engineering agreement with Baird, Hampton & Brown, Inc. (CSC# 52482) to develop the design and construction documents that address stream bank erosion that is compromising existing park infrastructure along French Lake Creek, located within Candleridge Park. On January 30, 2020 and February 6, 2020, the project was advertised in the Fort Worth Star - Telegram. The following bids were received on February 27, 2020. Bidder Base Bid C. Green Scaping, LP $273,866.25 Stoic Civil Construction, Inc. $274,742.50 Bernal Commercial Const. Co. $296,600.00 Treg Erosion Control Specialists, LLC $320,000.00 Cole Construction, Inc. $432,940.00 McMahon Contracting, LP $582,593.00 Base Bid improvements include mobilization, construction staking, site preparation, corrective grading and excavation, rebuilding of retaining walls, installation of erosion control measures, and the installation of turf mat. There are no Alternative Bid Items included in this contract. Construction is anticipated to commence in May 2020. The contract time is 90 calendar days, and there will be no impact on the Park & Recreation Department's annual operating budget when competed. Total project appropriations are summarized below: Source ITotal Project Appropriations PARD General Capital Projects $44,000.00 PARD Gas Lease Capital Projects Legacyl $91,978.51 2018 Bond Program $256,000.00 Total $391,978.51 Funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. MWBE OFFICE; C.Green Scaping, LP is in compliance with the City's BIDE Ordinance by committing to 4% MBE participation and documenting good faith effort. C.Green Scaping, LP identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 16%. Additionally, C.Green Scaping, LP is a certified M/WBE firm. This project is located in (COUNCIL DISTRICT 6) FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the 2018 Bond Program Fund, General Capital Projects Fund and the PARD Gas Lease Capital Projects Legacy Fund for the Candleridge Park Erosion Control Improvements Project, to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Park & Recreation Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Originating Business Unit Head: Fernando Costa 6122 David Creek 5704 Additional Information Contact: Joel McElhany 5745 CITY OF FORT WORTH, TEXAS PARK & RECREATION DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For CANDLERIDGE PARK EROSION CONTROL City Project No. CO2717 Addendum No. 'I Issued: February 21, 2020 Sid Opening Date- February 27, 2020 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shalt acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for CANDLERIDGE PARK EROSION CONTROL are hereby revised by Addendum No. 1 as follows: The Project Manual is revised as follows; 1. 00 41 04 - BID FORM: Section 4.1 was revised to read "The Work will be complete for Final Acceptance within 90 days after the date when the Contract Time commences to rut) as provided in Paragraph 2.03 of the General Conditions." 2. 00 42 43 - PROPOSAL FORM; The quantity for bid itern number 6) 3136.0104 Twisted Gabion Mattresses was revised to 40 CY, 3. 00 42 43 - PROPOSAL FORM: The quantity for bid item nurnber 11) 9999.0000 Natural Stone Retaining Wall (Haul -in R Install) was revised to 600 SFF. 4. 00 42 43 — PROPOSAL FORM: Bid item number 7) was revised to 9999.0000 18"x24" Concrete Footing with a quantity of 520 LF. 5. 00 42 43 PROPOSAL FORM: Bid item number 14) 9999.0000 24"x12" Concrete Ballast was added with a quantity of 510 LF. 6. 00 45 40 - MINORITY BUSINESS ENTERPRISE GOAL: Line 15 and 16 were revised to read "The City's MBE goal on this project is 16% of the total bid value of the contract (Base ,bid applies to Parks and Community Services), " A-Z ADDENDUM 1 CANDLERIDGE PARK EROSION CONTROL City Project No. CO2717 Construction plans are revised as follows: 1. SHEET 4: EROSION CONTROL. & TREE PROTECTION PLAN: Inlet protection added. 2. SHEET 6: EROSION CONTROL DETAILS: Curb inlet protection detail added 3. SHEET 8: SITE PLAN: Concrete ballast added to top of bank. 4. SHEET 9: CONSTRUCTION DETAILS ('I OF 4): Revised details to include 12" ballast at tap of bank, turf mat tie-in to natural stone retaining wall and articulated concrete mat tie-in to 24" concrete footing. 5. SHEET 12: CONSTRUCTION DETAILS (4 OF 4): Added detail for turf mat tie-in to 24" gabion mattress. This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) 1n the space provided in Section 00 41 00, Bid Farm, Page 3 of 3 (2) indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACKNOWLEDGE ADDENDUM NO. I" Include a signed copy of Addendum No. 1 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. I below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Cam an : r , pi, i c' LT' f Bryan Lyness, RLA Project Man ger, Park & Recreation Department Bran Lyness, R Project Manager ADDENDUMI CANDLERIaGE PART{ EROSION CONTROL City Project No. CO2717 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 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of CO2717 - Candleridge Park Erosion Control Improvements will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until R30 P.M. CST. Thursday. FebrhAW7. 2020, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 30 CY of Twisted Gabion Mattress 90 SY of 24 " Concrete Footing 350 CYof Top Soil 3,500 SY of Sod 550 SFF of Natural Stone Retaining Wall 1, 700 SY of Turf Mat 225 SY of Articulated Stone Mat PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htip://www.fortworthtexas.goy/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httl)s://www.ethics.state.tx.us/tec/1295-Info.htm . Copies of the Bidding and Contract Documents may be purchased from: Baird, Hampton & Brown, Inc. 3801 William D. Tate Ave, Suite 500 Grapevine, Texas 76051 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100 Set of Bidding and Contract Documents with half size (if available) drawings: $50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 Candleridge Park Erosion Control Improvements Project No. CO2717 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 001113-2 INVITATION TO BIDDERS Page 2 of 2 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Monday, February 13, 2020 TIME: 10: 00AM PLACE: 4200 s. Freeway, Suite 2200 Fort Worth, Texas 76115 LOCATION• [Provide ^''N CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Bryan Lyness, RLA, City of Fort Worth Email: bryan.lyness@fortworthtexas.gov Phone: (817) 392-5728 AND/OR Attn: Skylar Wierzbicki, P.E., Baird, Hampton & Brown Inc. Email: sierzbicki@bhbinc.com Phone: (817) 251-8550 ADVERTISEMENT DATES Thursday, January 30' , 2020 Thursday, February 6th , 2020 30 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 Candleridge Park Erosion Control Improvements Project No. CO2717 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 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prime Bidder Qualification Requirements 3.1. The City will evaluate all submitted bids based on criteria and qualifications. 00 45 14 Bidder's Statement of Qualifications is to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 3.1.1. The Prime Bidder, as general contractor or sub -contractor, must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. 3.1.2. The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. 3.1.3. The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 27, 2015 (PACs) Candleridge Park Erosion Control Improvements Project No. CO2717 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2. The City reserves the right to reject any or all bids and waive any or all formalities. 2 The City will award one contract with a combination of base bids and/or alternates 3 which is most advantageous to the City. 4 5 3.3. Additional requirements for qualification may be required within various sections of the 6 Contract Documents. 8 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 9 10 4.1. Before submitting a Bid, each Bidder shall: 11 12 4.1.1. Examine and carefully study the Contract Documents and other related data 13 identified in the Bidding Documents (including "technical data" referred to in 14 Paragraph 4.2. below). No information given by City or any representative of the 15 City other than that contained in the Contract Documents and officially 16 promulgated addenda thereto, shall be binding upon the City. 17 18 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 19 site conditions that may affect cost, progress, performance or furnishing of the 20 Work. 21 22 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 23 progress, performance or furnishing of the Work. 24 25 4.1.4.Omitted 26 27 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 28 contiguous to the Site and all drawings of physical conditions relating to existing 29 surface or subsurface structures at the Site (except Underground Facilities) that 30 have been identified in the Contract Documents as containing reliable "technical 31 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 32 at the Site that have been identified in the Contract Documents as containing 33 reliable "technical data." 34 35 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 36 the information which the City will furnish. All additional information and data 37 which the City will supply after promulgation of the formal Contract Documents 38 shall be issued in the form of written addenda and shall become part of the Contract 39 Documents just as though such addenda were actually written into the original 40 Contract Documents. No information given by the City other than that contained in 41 the Contract Documents and officially promulgated addenda thereto, shall be 42 binding upon the City. 43 44 4.1.7. Perform independent research, investigations, tests, borings, and such other means 45 as may be necessary to gain a complete knowledge of the conditions which will be 46 encountered during the construction of the project. On request, City may provide 47 each Bidder access to the site to conduct such examinations, investigations, 48 explorations, tests and studies as each Bidder deems necessary for submission of a 49 Bid. Bidder must fill all holes and clean up and restore the site to its former 50 conditions upon completion of such explorations, investigations, tests and studies. 51 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work, time required for its completion, and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates, investigation, research, tests, explorations, and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima -facie evidence that the 7 Bidder has made the investigation, examinations and tests herein required. Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents. The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings, if any, on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to existing surface and 27 subsurface structures (except Underground Facilities) which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents, but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data, interpretations, opinions or information. 37 38 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 39 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means, methods, techniques, sequences or 42 procedures of construction (if any) that may be shown or indicated or expressly required 43 by the Contract Documents, (iii) that Bidder has given City written notice of all 44 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 46 etc., have not been resolved through the interpretations by City as described in 47 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 2 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 4 Documents. 6 5. Availability of Lands for Work, Etc. 7 8 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities, construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 19 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 way, easements, and/or permits, and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to. Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 1000 Throckmorton Street 42 Fort Worth, TX 76102 43 Attn: Bryan Lyness, RLA, Parks and Recreation Department 44 Fax: 817-392-5724 45 Email: bryan.lyness@fortworthtexas.gov 46 Phone: 817-392-5728 47 48 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 49 City. 50 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.3. Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Documents>. 2 5 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 6 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 7 Project. Bidders are encouraged to attend and participate in the conference. City will 8 transmit to all prospective Bidders of record such Addenda as City considers necessary 9 in response to questions arising at the conference. Oral statements may not be relied 10 upon and will not be binding or legally effective. 11 12 7. Bid Security 13 14 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 15 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 16 the requirements of Paragraphs 5.01 of the General Conditions. 17 18 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 19 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 20 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 21 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 22 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 23 other Bidders whom City believes to have a reasonable chance of receiving the award 24 will be retained by City until final contract execution. 25 26 8. Contract Times 27 The number of days within which, or the dates by which, Milestones are to be achieved in 28 accordance with the General Requirements and the Work is to be completed and ready for 29 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 30 attached Bid Form. 31 32 9. Liquidated Damages 33 Provisions for liquidated damages are set forth in the Agreement. 34 35 10. Substitute and "Or -Equal" Items 36 The Contract, if awarded, will be on the basis of materials and equipment described in the 37 Bidding Documents without consideration of possible substitute or "or -equal" items. 38 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 39 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 40 City, application for such acceptance will not be considered by City until after the Effective 41 Date of the Agreement. The procedure for submission of any such application by Contractor 42 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 43 Conditions and is supplemented in Section 0125 00 of the General Requirements. 44 45 11. Subcontractors, Suppliers and Others 46 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 2 12-2011 (as amended), the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 2:00 P.M. CST, on the second business days after the bid 9 opening date. The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received. Failure to comply shall render the bid as non - II responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 24 price item listed therein. In the case of optional alternatives, the words "No Bid," 25 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals, for which the Bidder proposes to do the 27 work contemplated or furnish materials required. All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals, the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner, whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 2 which shall be filled in on the Bid Form. 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 15 marked with the City Project Number, Project title, the name and address of Bidder, and 16 accompanied by the Bid security and other required documents. If the Bid is sent through the 17 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 18 with the notation "BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 23 withdrawn prior to the time set for bid opening. A request for withdrawal must be 24 made in writing by an appropriate document duly executed in the manner that a Bid 25 must be executed and delivered to the place where Bids are to be submitted at any 26 time prior to the opening of Bids. After all Bids not requested for withdrawal are 27 opened and publicly read aloud, the Bids for which a withdrawal request has been 28 properly filed may, at the option of the City, be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates (if any) will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 41 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder, whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price, contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders, Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs, maintenance requirements, performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications, and financial 33 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization, work of a value not less than 38 35% of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised May 27, 2015 (PACs) 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your Company. The referenced forms may be downloaded from the links provided below- http://www.ethics-state.tx.us/forms/CIQ-pd http://www.ethics.state-tx.us/forms/ClS.pdf .1 CIQ Form does not apply I CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary I I CIS Form does not apply .I CIS Form is on File with City Secretary 1 CIS Form is being provided to the City Secretary BIDDER: C. Green Scaping, LP By: Curtis J. Green 2401 Handley Ederville Rd. Sign�far�� p Ft. Worth, TX 76118 Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Candleridge Park Erosion Contral Improvements_City Project No CO2717-As 0041 00 BID FORM Page 1 of 3 TO: The Purchasing Manager c/o, The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: CO2717 SECTION 00 41 00 BID FORM Candlerldge Park Erosion Control Improvements Units/Sections: UNIT 1: Erosion Control Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and In accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1, In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2, Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group. association, organization, or corporation. 2.4. Bidder has not directly or indirectly Induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.$. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to Influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c, "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Candlerldge Park Eroston Control Improvements_ Clty Project No. CO2717 0041 00 BID FORM Page 2 of 3 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. Prequalif!cation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors; a. None 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 90 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 Nan Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of find) f Bidder's Statement of Qualifications, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, C1Q or CIS farms are to be provided directly to City Secretary h. Any addltionai documents that may be required by Section 12 of the Instructions to Bidders $. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20150821 Candiaridge Park Erosion Control Imprwemertls_ City Project No. CO2717 0041 as BID FORM Page 3of3 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 propose# and then totaling all of the extended amounts. 6.3. Total Bid 7. Bid Submittal This Bid is submitted on February 27, 2020 Respectfully submitted, By: (Signature) Curtis J. Green (Printed Name) Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Ederville Rd. Ft. Worth, TX 76118 State of Incorporation: Texas Email: ccreen(&,nreenscaalng.com Phone: 817-577-9299 END OF SECTION $273.866.25 by the entity named below, Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: 2/21120 Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 Candleridge Park Erasion Control Improvemenls_ City Project No. CO2717 71, G J 2 O 0 O M (L W W u) a O.O O Orin O a 0 P O O o a a O a a p N p O O O 4 O a O b 0Oo0 00pa0[arl-00 as 00ro�rvOa.xm�nLOO li7 47 tit M [D N a cA 41 R7 Bl N � �s'7 • le . y d3 N 63 N r. r C ty GR co fh7 i+3 69 FR FR d3 H3 EA E9 EA cV ❑ O � I6 � N OOOOuoaaC OC$C� M as a 4 a P cV O Cl o O v m (V aO o b pj N C 0 4 N C1] (p [V (D In CS m 1- It 0 Q P tV N coU-)M M W3 fo m N CA rt 69 P. 47 LQ C,9 EFt co bg ffl cc . ffi w w S3 � r (� r N � � 69 fii E:7 _0lOfy a 0 r r O NN � r p N r' tt II7 r T r ui C.) m (0 N .r L] U + U U W .a U) u7 (1) -1 v a h a a co O a 0'o � rn M.M.M M Mcn U) a rs v no cn r N rn O O M rn c7 rn a O 6) ❑'i Os ❑n r r N N N QY d7 O3 OS M C)r0 n C7 M M Cry M Cl) 0 m M M M 0 .5 m � N1 " u m CIO G @ 'T N C 7 C rrrr���� t�ls EL 77ccm ia7 7 M N C 41 41 G V1 61 @ 61 N N N � M D j U- 0� CLr �c CLy m o6 a�i m y E J 0 C W C r C CL V C US C o v Alm❑ ,v o o o ' ?_ C7 U �' L7 a� — a o _ U N rI1 C fL p�j N Q 2r r a U ��} C C V N ,'( C�j w,ham, .0 (] M Q y r o v [o 7LO 2 C] � W w 4 r° M F z Q c�v a p o v o 0 o a 0 o o Q o lu P P o v o 0 o a o aC� n o a r t Ln rp m r N C) M vi m 4i r N N N N (h 0 G7 O1 G) 07 O M O �ooim Dam) MrncOirnrnC � m D d r TN-- T r N M e V n w I- w 0)r h H � N in SECTION Oo 43 13 BID BOND KNOW ALL BY THESE PRESENTS: as as 13 BID BOND Page 1 of 2 That we, C. Green Scaping, LP , known as "Bidder" herein and Liberty 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 folfowing project designated as Candleridge Park Erosion Control Improvements a 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 27th day of February , 2020. ATTEST: Witness as to Prinb pal PRINCIPAL' C. Green Scalping, Curtis J. Green Name and Title CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC IrICAT[ON 00CUMENTS Form Revised 2017t109 Canill eridge Park Erosion Control Imp rovemenis_Cily Project No CO2717 6d�q h&�- Witness as to Sueet - Bailfiy Ityles (processor) Attach Power of Attorney (Surety) for Attorney -in -Fact Address- 2401 Handley Ederville Rd. Ft. Worth, TX 76118 SURETY: Liberty Mutual insurance Compan 175 Berkeley Street, Boston, MA 02116 6Y: �Sig�nre Kylie Kelsoe - Attorney in Fact Narne and Title Address: 320 Eagle Drive, Ste 210 Denton, TX 76201 Telephone Number: 940-382-9691 0043 13 010 BOND Page 2 ul 2 `Note: If signed by an officer of the Surety Company, there must be on file a certifled 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. END OF SECTION CITY OF FORT WORTH Rlvenlde communly Park Ph t Pro}ec+ STANDARD CONSTRUCTION SPECIF{CATION DOCUMENTS Guy Project No. Got198 Form Revised 20110527 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT 1S PRINTED ON RED BACKGROUND. This Power o€Attorney limits the acts of those named herein, and they have no authority to hind the Company except In the manner and to the extent herein stated. Certificate No. 7952918 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY 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 Massachusells, and West American insurance Company is a corporation duly organized under the laws of the State of Indiana {herein collectively called the'Companies'S, pursuant to and by authority herein set forth, does hereby name, constilute and appolnt, KVlle Kelsoe; James E. King; Jeff P. Ktng; Rachyl Mullins all of the city of Denton state of TX each individually if there be more than one named, its flue and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surely 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 aulhorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November 2017 rq O'f INS& L114Sll2 VtWS[rR The Ohio Casually Insurance Company Liberty Mutual Insurance Company � y a) 0 1919 Y 1912 ;N 1991 a West merican Insurance Company C g t * * end y N 8y' 71 STATE OF PENNSYLVANIA ss ❑avid M. Carey Assistant Secretary +r COUNTY OF MONTGOMERY p mOn this 30th day of November 2017 ,before me personally appeared David M. Carey, wflo acknowledged himself to he the Assistant Secretary of Liberty Mutual Insurance v I-- 0 m Company, 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 >,U) fl 1herein contained by signing on behalf of the corporations by himself as a duly aulhorized officer. C k7 IN WITNESS ANEREOF, ! have hereunto suhscribad my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. dyp. PA,gl, COMMONWEALTH 6F PENNSYLVAN! A �� d r Notarial Seal Q O ` Teresa Paslella, Notary Public By OF Upper MerlonTwp., Montgomery County Teresa Pastella, Notary Public pJ r- -» %_ G + q v,C� My Commission Expires March 2$, 2D21 L 7: M 0 Y 'y ,pV Membaf, PennsAvaniaAswVa ll m 01 Nolapiw RY Y +' E M ❑ Dy C fu 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 M 4 (D ; Insurance Company, and West American Insurance Company which resolulions are now in full force and effect reading as follows: a ry 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 m G q- 9 ;; to such limitation 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, seal, N E- acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -Fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so as `❑ m executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authodly granted to any representative or atiomey-in-fact under 7 the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the office rorelficers granling such power or authority. ru r_ ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company aulhorized for Ihat purpose in writing by the chairman or the president, E OP 7 and subject to such limitations as the chairman or the president may prescribe, shall appoint such allomeys-in-feel, as may be necessary to act in behalf of the Company to make, execute, M p 3 seal, acknowledge and deliver as surety any aid all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their = a? 2 v respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such insirumen ts and to allarh thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. p �? Certi€icate of DesIgnatlon — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- F— fact as may be necessary to act on behalf. of the Company to make, execute, seal, acknowledge and deliver as surely any and all uriderlakings, bonds, reeognizances and other surety obligations. Authorization -- By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signal ure of any ass! s Ian t secretary of the Company, wherever appearing upon a certified copy of any power of attorney issuad by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, 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 Attomey.executed by said Companies, Is in full farce and effect and has not been revoked, ,}� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies thisa ` flay of _ 2t . -0 HJSU,(, n �, INS 4hJpPU.R9 ^yWi}f• �,r� P �PFC1S.F. Tr By: o 19i5 n a s 1912 v 1441 m Renee C. Lle ssistant Secretary a b pyrrrv,,,luvs� 261 of 300 LMS 12a73 o22D17 Liberty mutual SURETY TEXAS RAPORTANT NOTICE To obtain infovnation or make a complaint; You may call toll -free for ii7formation or to make a complaint at 1-977-7i1-'2640 You may also write to: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 You may contact the Texas Department of hjswU aill:e to ul twill illronli 1tiull oil V01111}dI11L's, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsunterProtectiontr`7i tdi.texas.goy PREMIUTYI OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claun you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO `,rO1JR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO MAPORTANTE Para obtener informacion o para Korneter una queja: Usted puede ltamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-1644 Puede cornunicarse con cl Departamento de Segllros de Texas para olllener InfolZtlsIuivi1 acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir at Departanmento de Seguros de Texas Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX 4 (512) 490-1007 Web: IIU://www.tdi.tex4s. gnu E-mail: ConsumerProtection a tdi.texas.gov DISPUTAS 80BRE PRIMAS ❑ REC.LAMOS: Si tiena una disputa eoncerniente a su prima o a un reelamo, debe coniul>icarse con el agente o primero. Si no se resuelve la disputa, puede entonces coniunicarse con el departamento (TDI) IJNA ESTE AVISO A SIT P0T,T7,A: Este aviso es solo para proposito de inforuracion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 01 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business 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 latP Horn: of RInnk , 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 ' L-dr! 1-I2trf, or Rlmik , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. L, 1t ; C. Green Scalping, LP By: Curtis J. Green 2401 Handley Ederville Rd- 0 (Signaturey Ft. Worth, TIC 76118 Title; Vice President Date:. 2 t� l END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Candleridge Park Erosion Control Imrpvomenls_City Projee! No. CO2717.xls 0045 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequa}ified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date None 0 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. C. Green Scaping, LP By: Curtis J. Green 2401 Handley Ederville Rd. ��l 1�---- 0 (Signature) Ft. Worth, TX 76118 Title: Vice President Date: _ l END OF SECTION CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Candleridge Park Erosion Control Improvements_ City Project No CO2717.xis GREEN SOAPING JJLJ[] Grass Establishment • Erosion Control • Wetland Development • Mitigation • Biotechnical Embankment D/M/WBE HFDBO1952YO918 and Small Business Enterprise BIDDER'S STATEMENT OF QUALIFICATIONS Firm dame: C. Green Scaping, LP Address. 2401 Handlev Ederville Rd. City: Fort Worth Date Organized: 19$4 ® PARTNERSHIP ❑ CORPORATION State: TX Zip: 76118 Telephone Number: 817-577-9299 Fax Number: 817-577-9331 Number of years in business under present name: 20 Former narne(s) of organization: Green Scaping, Co, Green Scaping, Inc. CLASSIFICATION: ® General ® Building ❑ Utilities ❑ Earthwork ® Electrical ® Plumbing ® Paving ® Other 1. LIST NAMES OF KEY PERSONNEL AND ROLE OF EACH INDIVIDUAL FOR THIS PROJECT: -Stacy Geigenmiller — Project Manager Codv Johnson — Proiect Estimator Lemoine -- Project Superintendent ❑ HVAC 2. DESCRIBE HISTORY AND ORGANIZATION OF THE COMPANY. LIST HISTORY OF FINANCIAL HARDSHIPS AND RE -ORGANIZATIONAL HISTORY: Green Scaping was established in May of 1984. At that time, Green Scaping specialized in maintenance, irrigation and landscaping. In June of 1992, the company added focus to include large erosion control projects. Our practices include athletic fields, parks, stadiums, mine reclamation, drainage control, commercial sites, landscaping, landfills, and wetland mitigation projects. Green Scaping has branched out to include brick pavers, gabions, utilities and concrete construction to our list of services. We currently own in excess of $5 million of erosion control and construction equipment. We are capable of following techniques of turf establishment, block or roiled sod, spot or plug sodding, hydra -sprigging, hydro -seeding, hydro -mulching, sprigging, straw and hay mulching, broadcast and 2401 1-1and Iey EderviIIe Rd. — Fort Wortli — 'Texas — 761 18 Tel: 817,577.9299 -- Fax: 817.577.9331 — Web: ww w.greemwaping-coin GREEN SOAPING ®kJ[] Grass Establishment • Erosion Control • Wetiand Development - Mitigation • Biotechnical Embankment p/M/WBE HFDBO1952YO918 and Small Business Enterprise drill seeding, pipe irrigation and truck watering, as well as installation of brick pavers, modular walls, gabion retaining embankments, and concrete construction. Green Scaping has a thorough and knowledgeable background in turf establishment, landscaping, concrete construction and irrigation. Green Scaping specializes in large scale landscaping, such as parks, community developments, roadway and highway improvement projects, etc. 3. LIST COMPLETED COMPANY PROJECTS THAT SCOPE WAS SIMILAR TO THIS PROJECT. Covenant Christian Academy— New Baseball Field Complex with Weight Room Building New construction of baseball field including grading, concrete, fence work, dugouts, retaining walls, playground, landscape, irrigation, construction of concession and weight room buildings, masonry, storm sewer, and electrical CCA Rep -- Steve Turner 817-281-4333, ext. 117 $ 4.6 million +/- Hwy 10 Landscape Enhancements — Phase 1 (TXDOT Funded) Median landscape, irrigation, concrete mow strips, bores, maintenance City of Hurst — Eric Starnes 817-788-7218 $ 360,000 +/- Hwy 10 Landscape Enhancements -- Phase 2 (TXDOT Funded) Median landscape, irrigation, concrete mow strips, bores, maintenance City of Hurst — Eric Starnes 817-788-721S $ 501,000 +/- Hwy 10 Landscape Enhancements— Phase 3 (TXDOT Funded) Median #andscape, irrigation, concrete maw strips, bores, maintenance City of Hurst — Eric Starnes 817-788-7218 $ 621,000 +/- Ft. Worth - Trail Drive Extension Install landscape (8-9" caliper trees along with smaller material), irrigation, concrete mow strips, decomposed granite, gates & pipe rail, retaining wall, and seeding MCClendon Construction (General Contractor on Project) - Justin Blair 817-295-0066 $ 500,000 +/- Bedford Boy's Ranch Phase I Concrete paving, creek ledge stone, bridges, pavilions, masonry, electrical, playground, site amenities, pond excavation, fountains City of Bedford - Don Henderson 817-952-2308 $ 3,100,000 +/- 2401 Handley Ederville Ind. — Fart Worth — Texas — 76118 Tel: 817.577,9299 — Fax: 817,577.9331 — Web: Avww.greenscaping.corn GREEN SOAPING JJJJ[] Grass Establishment • Erosion Control • Wetland Development • Mitigation - Biotechnical Embankment D/M/WBE 140801952Y6918 and Small Business Enterprise Bear Creek Park & Highlands Recreation Area Concrete flatwork, pavilions, playground, site amenities, landscape and irrigation Dunkin Sims Stoffels Inc. — Dennis Sines 214-553-5778 $ 1,088,000 +/_ 4. LIST OF PROJECTS CURRENTLY UNDER CONSTRUCTION OR UNDER CONTRACT: Arlington Landfill Final Cover 2 Design and install permanent irrigation system with pump FCS Construction — Curtis Davee 214-975-0808 $ 443,000 +/- 40% Complete 3/2020 Hwy 10 Landscape Enhancements — Phase 4 (TXDOT Funded) Median landscape, irrigation, concrete mow strips, bores, maintenance City of Hurst — Eric Starnes 817-788-7218 $ 405,000 +1- 0% Complete 10/2020 Viridian — Lake Slope Park North and Storm Park Construction of concrete hike and hike trails, RCP storm sewer, masonry, water fountain features, bridges, and site furnishings Johnsen Development Corp. — Howard PorteLIS 817-200-6543 $ 2.4 million +/- 65% Complete 5/2020 S. ADDITIONAL REFERENCES WE HAVE WORKED FOR OR UNDER AS SUB -CONTRACTOR: 1. Pat Pabich — YTL, Inc., 817-999-6839; pat@Ytlinc.com 2, Eric Starnes — City of Hurst, 817-788-7218; estarnes@hursttx.Rov 3. Ron Stinson —JLB Contracting, 817-261-2991; ronald.stinson@Texas$ii.com 4. Mike Brackney -- LD Kemp Excavation, 817-281-4470; pmike_bra_c_kP wbell.net 5. Curtis Davee — FCS Construction, LP, 214-975-0808; cdavee(@friscocs.com 6. LIST HISTORY WITH CLAIMS AGAINST THE COMPANY FOR FAULTY OR INCOMPLETE WORK, No claims have been made against Green Scaping, we complete every project awarded to us. 7. LIST FINANC€AL INFORMATION: Name of financial statement auditor: Broder Pineider & Ford, LLP, 400 North Carroll Avenue, Southlake, TX 76092 2401 1-1and Iey EderviIIe Rd. — Fart Woi1h -- Texas -- 76118 Tel: 817,577.9299 — Fax: 817.577.9331 — Web: ���� ��+.greetiscapin8,cam GREEN SOAPING JJLD Grass Establishment , Erosion Control • Wetland Development • Mitigation • Biotechnical Embankment ❑/M/WBE HFD801952YO919 and Small Business Enterprise - Name of bank reference: Frost Bank, Mark Spriggs, 340 Grapevine Hwy, Hurst, TX 76054, 817-420- 5654 Name of bonding company; Liberty Surety First Name and address of agent: Alisha Weis, 12750 Ment Drive #710, Dallas, TX 75251 8. DESCRIBE CONTRACTORS APPROACH TO MEET SUBSTANTIAL_ COMPLETION SCHEDULE: Our project management team focuses solely on the traditional triple constraints of time, scope and cost. We can formulate a wort: breakdown structure and employ the Critical Path Method to make sure everyone on our team is on the same page to get each portion of the project done. We follow stringent internal scheduling to keep our superintendents and foremen focused on the tasks in front of them. Because Green Scaping self performs almost every tasks of each project, employees a large skilled work force and owns enormous amount of equipment it has the resources other companies in our industry d❑ not. If a project does get off schedule, our superior scheduling techniques, human resources and management team can allow us to break crews down to essential personnel and reinforce other crews with manpower to put that portion of the project back on schedule. 9. DESCRIBE FIRMS EQUIPMENT AND MAN POWER TO MANAGE THE PROJECT: Green Scaping is a unique company in that we self -perform almost every task of each project. We employee a large skilled work force and own enormous amount of equipment and have the resources other companies in our industry do not. The reduction of outside subcontractors working at the same time in small areas creates a much more efficient environment for the owner, architects and Green Scaping to work together to complete the project. 10. WARRANTY PROGRAM C. Green Scaping will warrant all labor performed and material installed at the project, in accordance with the contract, drawings, specifications, alterations and additions thereto, for a period as stated in the Project Contract. Under this warranty, Green Scaping will be provided the ❑pportunity to have one of its representatives assess any damage identified to be caused by Green Scaping employees and/or material installed by Green Scaping. If said damage is judged to be the fault of Green Scaping workmanship and/or material, Greer) Scaping will at no cost to the Owner repair or replace defective material. 2401 Handley Ederviile Rd. — Fort Worth — Texas — 75118 Tel: 817.577.9299 — Fax: 817.577,9331 —1Web: www.green scapirig,cot71 t 2 3 4 5 6 7 8 9 t0 11 [2 13 14 13 16 17 18 19 24 21 22 23 24 25 26 27 28 29 30 31 32 3- 34 35 36 37 38 39 40 4[ 42 43 44 45 CITY OF FOR f WOR I H STANDARD COitiSTRUCTION SPECIFICATION [H]CUMFN'15 Reused JuA' 1 2011 (10452r�- I C 7NTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 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 workers compensation insurance coverage for all of its employees employed on City Project No.: CO2717—Candieridge Park Erosion Control Improvements Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b)- as amended, it will provide to Cily its subcontractor's certificates ofconipliance with worker's compensation coverage. CONTRACTOR: C. Green Scaping, LP Comp -ally 2401 Handley Ederville Rd Address Ft. Worth, Tx 76118 City/state/zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Cathleen Ruiz Please Print) - r Signature: r Title: president (Please Print) BEFORE ME, the undersigr]ed authority, on [his day personally appeared. Cathleen Ruiz , known to me to be the person whose name is subscribed to [he Foregoing instrument. and acknowledged to me that he/she executed the sane as the act and steed of C. Green Scaping, LP [lie capacity therein stated. for the puil)oses and consideration therein expressed and in GIVEN LINDER MY HAND AND SEAL OF 01-FICE this p day of .J Ur]t 2020. -,z P 0", STACY LEE GEIGENMiLLER _Notary Public, state It Texas =N�• q Comm, Expires 43.13-2022 �i Notary Q 125617920 Notary Pub] in a:]d fos he State of -Texas END OF SECTION Coodlrridgc Pai4- Lrns io Pr Con a vl Impr jivinc-"7d n( fJ, W 00 45 40 - 1 Minority Business Enterprise Specifications E Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOALS 15 The City's MBE goal on this project is 16% of the total bid value of the contract (Base bid applies to 16 Parks and Community Services). 17 18 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 26 27 28 29 30 31 32 33 34 35 36 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 4eliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised June 9, 2015 004540-2 Minority Business Enterprise Specifications l� E 10 11 Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 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 A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The M/WBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 Candleridge Park Erosion Control Improvements Project No. CO2717 4U_5?4i-1 Agreement Page 1 Dr5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on April 21 2020 {M&C 20-0262 is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Massager, ("City"), and C. Green Sea ping, LP, authorized to do business in Texas, acting by and t hrough it s duly aut horized representative, ("Contractor"). City and Contractor in considerat ion of t lie mut uaI covenant s here inaft er set Fort h. agree as follows: Article 1. WORK Contractorshall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2, PROJECT The project for which the Work under [lie Contract Documents may be the whole or only a part is generally described as follows: Project Nance: Candle ridge Park Erosin n Control Inap rovesttents Project No.: CO2717 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of'the Work in accordance with the Contract Documents an amount, in curl•ent funds. of Two Hundred Seventy Three Thousand, Eight Hu►rdred Sign Six and 251100 Dollars $27.3866.25 . Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will he complete for Final Acceptance within 40 days after the date when the Contract Time commences to rues. as provided in Paragraph 2.03 of -the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that Brae is ref the essence for completion ofMilestones. if any. and to achieve Final Acceptance of the Work and City will stiffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also r"ognizes the delays, expense and difficulties involved in provinb in a legal proceeding, the actual iass SLIffered by the City if the Work is not completed on time. Accordingly. instead ai' requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty). Contractor shall pay City Sir innilred fA.- and 00i100 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final fetter o1'Acceplance. CITY s l I.ORT u ORTH Candlerid=e hark Ernsmn Ciinuill Improvemenls S 1'ANnARD CONSTRITO 10N SPLC IFFIC.A 110N Dl)L' IMVN']-S Piolco No CO2717 Revised (19A)612011) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A, The Contract Documents which comprise the entire agreentenl Contractor concerning the Work consist of the f'ullowing: 1. This Agreement. ?. Attachments to this Agreement: a. Sits Form I ) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequali licatien Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACOR❑ Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of AtIorney for [lie Bonds h. Workers Compensation Affidavit i. NTBE and/or S B E Utilization Form 3. General Conditions. 4. Supplementary Conditions.. W15?a;_, Agreement page 2 015 between City and 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents ofthe Project's Contract Documents. b. Drawings. 7. Addenda. Documentation submitted by Contractor prior to Notice of Award. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued. become an incorporated part of the Contract Documents: a, Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article G. INDEMNIFICATION 1.2 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 snecifically intended to operase and be effective even if it is alleged or proven that all or some of the damaees being sought were caused, in whole or in part, by anv act, omission or neelieence of the cite. 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. CITY Or FOR r WORTH C'and Irridgc Paik Erosion ContiuI lmpiovvmonts STANDARt7 Cr3NyIRt,C I ION S;PL('11-K-'ATTUN DOC'UrVIENTS Piojeet Na CO2717 Revised OW0612019 00 52 43 - _ Agreement Pa--c3of5 6.2 Contractor covenants and agrees to indemnify anti hold harmless, at its own expense, the city, its officers, servants and employees, from and against an}, and all lass, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to he performed by the contractor, its officers, agents, employees, subcontractors, licensees 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 souaht were caused, in whole or in part, b , any act ornission or ne li ence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. T3 Successors and Assigns. City and Contractor each binds itself. its partners, successors, assigns and legal representatives to the other party hereto. in respect to all covenants. agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a cou31 of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding, upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County. Texas, or the United States District Court for the Northern District of Texas. Fort Wm-th Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 22170 of the Texas Government Code. the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a wrinen verification from the company that it: ( 1 ) does not boycott Israel, and (2) will not boycott Israel during the term ofthe contract, ci-r%, 1)r rOR'r WOWT-11 Ctndleiidgn pack Frosonn Control tinpovrments S i AN1)ARD CO 9PEe1FICA TIO4 IMXI;MENT4 Prolecr No CO2717 Rey [led 09/06OR11) Agreement PaLe -1 nl 5 The terms "boycott Israel" and -°company- shall have the meanings ascribed to those terms in Section 808.001 of the Texas Governrnent Code. $rl signing this contract, Contractor cerlyiies that Contractor's signature provitles written verification to the City that Contractor. (l) ryes not bovvon fsruel; and f2j will not 6ittveutt Israel (hiring the ter►n oj' the contract. 7.8 Immigration Nationality Act. Contractor shall verity the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form. (1-9). [Jpon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor. shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 1,9 No Third -Parry Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor_ its subcontractors, and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers. employees, and subcontractors, for any claim arising out cal, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site. whether as on -site representatives or otherwise, do not matte the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or rather entities. and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques. sequences, and procedures necessary f'or coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by Such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or anv health or safety precautions. SIGNATURE PAGE TO FOLLOW CiTY Or FORT WOME C4rAeridge Park t:rasion Control Improvements STANDARD CONS 1RUCIION SPECIFICAHON DOCUMENTS f'rnjeet Na. CO2717 Rn,md 09104r.019 Agreement P ue s d IN WITNESS WHFRE"OF. 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: C. Green 5caping, LP By: Signature Cathleen Ruiz R Printed Name) President Title 2401 Handley Ederville Rd Address Ft, Worth, TX 76118 City, of Fart Worth By: *,V Valerie Washington (Jun 18, 202014:13 CDT) Valerie Washington Assistant City Manager Jun 17, 2020 Dale oo4nap poF foRr 4a ATTEST: Ay �°°. '° o� �o C �o g�.1�d Pia Mary Kayser at< nEXa?4p� City Secretary {Sea]) City/State/Zip M&C: 10-0262 Date - I G _ LQ Date: April 21 2020 Form 1295 No.: 2020-600619 APPROVED AS TO FORM AND LEGALITY IL DBlack (Jun 18, 202013:56 CDT) Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: a7y/w Cheek David Creek (Jun 18, 2020 11:54 CDT) unpin t,reeK Acting Director Park & Recreation Depurtment CONTRACT COMPLIANCE MANAGER: By signing, i acknowledge that 1 am the person responsible for the monitoring and administration of this contract, islcluding ensuring all performance and reportitf requirements. I OFFICIAL RECORD Brr&Rj1Y0ss, K LA CITY SECRETARY Landscape Architect Park & Recreation Department FT. WORTH, TX 0TY M FORT WORI'll Ca ndlerldge Park Ernslun CllntF01 JMPruVeme111s STANDARD CONS FRUC [TON S PLC (FICA 110N DOC1-1MENTS Project No C 02717 Revised 04!06120l9 066113-1 PERFORMANCE SON Page 1 or: Bond Number: TZC613151 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW A[ L BY 'THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, C GREEN SCAPING. LP, known as 8 "Principal" herein and N4erchants Banding Company (TvIutual) , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas. known as 10 "Surety'- herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a I 1 municipal couporation created pursuant to the laws ❑.f Texas, known as "City" herein, in the penal 12 Sum ofTwo Hundred Seventy Three Thonsxnsl, Eight Hundred Sixty Six and 251100 Dollars 13 lawful money of the United States, to be paid in Fort Worth, I4 Tarrant County, 'Texas for the payment of which sum wetI and truly to be -made, we bind 15 ourselves. our heirs. executors, administrators, successors and assigns, jointly and severally, 1.6 firmly by these: presents. 17 NNHEREAS- the Principal has entered into a certain writtx-n contract with the City 18 awarded the 21 day of April , 20 20, which Contract is hercby referred to and 19 --lade a part hereof for all putposm as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Wort;.. including any Change 21 Order%, wi provided for in said Contract designated as C'andleridge Park Erosion Control 22 Improvements, City Project No. CO2717. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shalI faithfully perl"orm it obligations under the Contract and shall in al] respects duly and 25 faithfully perform the Work, including Change Orders, under die 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 became null and void, otherwise to remain in lull tbrce and effect. 29 PROVIDED F[_RTHETR, that if any legal action he filed rm this Bond, venue shall lie in 3d Tarrant County; 'Texas or the t ltizted St. District {'Dort far the Northern District of T as, Fort 31 Worth Division. CITY Cr rORT WORTH Candlendee Erosion Contn+l tmpmvcmcnts STANDARD CONSTRUCTION SPECFIC:00N DOCUMENTS Project No. CO271 T Revised July t, 2011 2 3 4 5 G 7 8 9 1Q 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3 �� 31 32 i 'yi 34 36 37 :S 39 40 41 42 43 44 45 0061 13 - 2 PERFORMANCE BOND Page 2of2 This bond is made and executed in colrtptiance with the provisions of Chapter 2253 of the Texas Government Code, as amended. and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNET] and SEALED this instrument by duly authorized agents and officers on this the Ist day of June , 2020 . ATTEST: I ' (Principal) IV- •retary Witness as to Principal & -' W &6Ln W itness as to Surety PRINCIPAL: Cathleen Ruiz - Presil3 Name and Title Address: 2401 Handley Ederville Rd._ Ft. Worth, TX 76118 •m �Rro;�9�p; SURETY: Merchants Bonding Company tMij1 .4. 19� BY: fG' I rGn • ... Sigr1re Cyndy Cates, Attorney in Fact Name and Title Address: Rainey King Insurance 320 Eagle Drive Ste 210 Denton, TX 76201 Telephone Number: 972-666-4835 x110 *Note: If signed by an officer of die 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 diMTunt from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contrast is awarded. CIT"V OF FORT W ORTII STANDARD CONSTRUCTION SPECIFICATION DOrUMFNTS Revised July 1.2011 [; andleridee Erosion Control Improvements Project No C12717 M ERCHANi7s7k BON DING COMPANY — POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC, both being corporations of the State of Iowa (herein coltecttvefy called the' Companles') do hereby make, constitute and appoint. Individually. Cyndy Cates: Erin Neill' James E King: Jeffery 13UckIey: Kylie Kefsoe their tray And lawf(Il Aitt"ey(s)-in-Fart, to Cmgn Its name As surety(ies) And to axwnibP real And'mei0nnilerttj? any onri all hands, tinderrakinpc. contracts and other' written instruments in the nature thereof• on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and ufreed skin gs required or permitted in afly actions or proceedings allowed by low. Thio Powor of Attorney It; granted rand is signod and sealed by foosimilo under and by authority of the fallowing 8y Laws Adopted by the Board of Directors of Merchants Bonding Company (Mutua1) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority lu appuillt AStcii rieyrio-I'duL, and to autllvri4t Lhelrt to exe+:ute LMI liviibll of (lit: Ccnrrpafty, 8110 attai:ll trio aed! of file Cullip�my tdrei etu hcnlds u;IQ undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Alt omey or Certification thereof authorizing the execution and delivery of any bond. undertaking, recognizance, or other suretyship obligahons of the Company and such signature and seal when so used shall have the same force and effect as though manually fixed,'• In connection with obligations in favor of the. Florida Department of Transportation only. it is agreed that the power and out hority hereby given to the Attorney-fn-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida pevartment of Transportation. IS is fully understood that consenting to the State of Florida Department of Transportation mailing payment of the Final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attnrney-in-Fact cannd be modrfied or re,roked unless prior written personal notice of such intent has dean given to the Commissioner. Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation In Witness Whereof, the Companies have caused this instrument to be signed and sealed this �........... •� PttQ..... 1 tit day of June . 2020 MERCHANTS BONDING COMPANY tTIJRLf MERCHANTS NATIONAL BONDING,INC v 2843 Q; X'- fey 'd3.........►�: r vt+in �7 �: • + 7 Pfeside+ir STATE OF IOWA •�•'''•"'•`'•' COUNTY OF DALLAS ss On this 23rd day of March 2020 before me appeared Larry Taylor, to me personally known. who being by me duly swam did say that he. is President of MERCHANTS BONDING COMPANY (MUTUALy and MERCHANTS NATIONAL BONDING. INC., and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and thal the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors �PRtAL POLLY MASON a y riU{Tlffll5`uiUflfumkxar 750576 z 6My Commission Expires 1001A January 07, 2023 Notary Pubt[s (Expiration oT notary's commission does not invalidate this instrument) 1. William Warner• Jr., Secretary of MERCHANTS 87NOTNG COMPANY (MUTUAL) and MERCHANTS NATIONAL BON01NG. INC. do hereby cerl'rfy that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still In full torte and effect and has not beefs am end ad at revoxed In Witness Whereof, I have hereunto set my hand and affgted the seal of the Companies on this I st day of June 2020 .••��1t71Yq�''• ..�yx ��• _� 2003A: ; r:0 rt; �� Secrerary Ni ' fir 0061 14- 1 PAYMENT BONE) Fuge I of 2 Bond Number: TXC61315I I SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COI .�'TS' OF TARR ekN1' § 7 That we, C Green Scaping, LP known as 8 "Principal" herein. and Merchants Bonding Company (Nlutual) . a 9 corporate surety ('sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein ( licthcr one or more), are held and firmly hound unto the City of Fart Mrordi, a 11 municipal corporation LTeatcd pursuant to the laws of the State: of Texas, known as "City" herein. 12 in the penal sum of T-vo Huridred Seventy Tlvee Thousand, Eight 1-tundred Sixty Six and 251100 Dollars 13 [S 273,866.25------- ------------- 3, lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum welf and truly be made, we bind ourselves, 15 our heists, executors, administrators. successors :md assigns, jointly and severally. firmly by these 16 presents: 17 WIiEREAS, Principal has entered into a certain written Contract with City, awarded the 18 _ -day of April , 2q 2Q , which Contract is hereby refelTed to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish al f materials, equipment, 20 labor and other accessories as defined by law, as the prosecution of the Work as provided for in 21 said Contract and designated as Candieridi ec Park Erosion Control Improvements. City Project 22 No. CO271.7 23 NOW, THEREFORE, THE CON-DIT10N OF THIS OBLIGAT10NI is such that if 24 Principal sliall pay all monies cawing to any (anti 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_ these this obligation shall be and become null and void; otherwise to remain in frill 27 force and effect. 28 This bond is made and "-ecutcd in compliance with the provisions of Chapter 2253 of the: 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of -said statute. 31 CITY,7r FOP-T WORT11 Can dIcridpc park: Erosion CnrTtroI 11Tipr0veme¢1ts STr1i+1i]ARD CONSTRUCTION SPECIFIC'KFION DOCUMENn Prnjeec No. CO2117 Revised Jul t, 2011 1 2 3 4 5 6 7 8 9 to 12 0061 Id-2 PAYMENT BOND Page 2 of 2 IN WITNESS WIII REOT, the IlYincipal and Surety have each SIGNTD and SEALED this instrument by duly authorized agents and officers on this the, 1st day of June .20 20 . ATTEST: (Principal) retary Witness as to Principal ATTEST: (Surety) Secretary �" VV j &,Ln Witness as to Surety PR[NC IPAL: Signature Cathleen Ruiz - Presi nt Name and Title Address: 2401 Handley_ Ederville Rd. Ft. WorthjX 76118 SURETY: Merchants Bonding Cam�n� {I4lutuall 3 Sign tore 41 rlvnk�~ Cyndy Cates. Attorney in Fact Name and Title Address: Ramey King Insurance �20 Eagle ]]rive Ste 21D _ Denton. TX 76201 Telephone Number: 972-666-4835 x110 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person leas authority to sign such obligation. ff Surety's physical address is different from its mailing address, boils must he provided. The date of the bond shall not be prior to the elate the Contract is awarded. END OF SECTION CITY" OF FORT WORTH STAND. RD CONSTRUCTION SPECIFICA11ON DOCUMENTS Revised July 1. 2011 ['andleri0c Pad, Erasion Control lmprovemerits Project No. CO2717 MERCHANTS BONDING COMPANY - POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC-, both being corporations of the State of Iowa (herein collectively called the 'Companies.( do hereby make, constitute and appoint, individually, Cyndy Cates. Erin Neill; James E King, Jeffery Buckley; Kylie Kelsoe choir frILP end lawf[Il Alt omi y(s)-in-FAr`t to sign Its nRfnP- n4 qui-pty(iPS) and In pYprii4n tpni Arid ikrknnwvlvrtgp Bny Ein.i MI hnxta, Irnriprtakincos contracts and other written Instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, This Powor of /'dtornoy is granted and is eignod and sealed by facsimile under and by authority of the following By Laws adapted by the Heard of Directors of Merchants Bonding Company 1 Mutual} on April 23, 2011 and amended August 14. 2015 and adopted by the Board of Directors of Merchantsflationat Bonding. Inc-, on October 16. 2015- "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant 8acre[ ary or any Vice President shall have power andauthorgy tV uplikPfil /att{4ncyYR!-Facl.. kllid Iu uuLhWr[e lhmrti tv exeuute Loll brirair yr llie CuarrNairy. Bold nttach lire Stoll ur lire Cunrparry tircletu Ljut&r Bird undertakings, recognizances, contracts of indemnity and ather writings obligatory in the nature thereof.` "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transM ks4spon to any Power of Alt amey or Certification thereof authortzing the execution and delivery of any hand, undertaking, recognizance, or other suretyship obllgabons or the Company, and such signature and seal when soused shall have the same force and effect as though manually fixed." In connection we obligations to tavor of the FIonda Department of Transportation only, it is agreed that the power and atilt hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the Final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of its obligations under its bond - In con Pachon with obligation9 in favor of the Kentucky Department of Highways only It is agreed that the power and authority hereby jven to the Attorney -in -Fact cannot be modified or revoked unless prior written persanal notice of such intent has been given to the Cammissicner- Departmetit of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation In Witness Whereof, the Companies have caused this instrument to be signed and sealed this ,.......... • p.�1aMq 1 St day of June . 2020 aRP0/? e=: �p��1 �a p-.- . .. MERCHANTS BONDING COMPANY (MUTUAL) + ' MERCHANTS NATIONAL. BONDING, INC. 2003 �-tit , '' ........... STATE OF IOWA '•,•u���••••• COUNTY OF DALLAS ss On this 23rd day of March 2020 . before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL; and MERCHANTS NATIONAL BONDING. INC., and that the seals affixed to the toregoing instrument are the Corporate Seals of the Companies, and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ��Rtgt s POLLY MASON o UfTIffIES6iUft Nu;;ibui 750576 e a o e My Commission Expires + fDyy. January 07, 20123 Notary Public (Expiration oT notary's commission does not invalidate this instrument) I, Wilkam Warner, Jr-. Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL 80NDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies. which is slit; in full force and ettert and has not been amended or revoked. In Witness Whereot, I have hereunto set my hand anti affixed the Co ;2r= -a-t t7 ; 2003lint f OA 001E (1120) of tie Companies on this 1 St day of .tune 2020 Sscre l � r l 2 3 4 5 6 7 SECTION 00 61 19 MAINTENANCE BOND 006119-1 MAINTENANCE BOND Page 1 ❑r3 Bond Number: TX.C613151 THE STATE OF TEXAS j KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT 8 That we C Green Scaping, LP , known as 9 '`Principal' herein and Merchants Bonding Company {Mutual} a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" Herein [whether one or more], are held and firmly hound unto the City of Fort Worth- a 12 municipal corporation cleated pursuant to the laws of the State ofTexas, known as "City" herein, 13 in the sum ❑fin Rundm1 Seventy T} ree Tliausand Eighl iituxlred Sixly Su and 2 y/ D11ar5 14 (S 273,866.25----___laRTul money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly he made unto the City and its 16 successors, we hind ourselves, our heirs, executors, administrators. successors and assigns, joinil_y 17 and severally. firmly by these presents. 18 19 WHEREAS, the Principal has cntercd into a certain written contract with the City awarded 20 the 21 day of Aril 2020 . which Contract is hereby 21 referred to and a made pail hereof• for all purposes as if fully set Forth herein, to turn ish all 22 materials, equipment labor and other accessories as defmcd by law, in the prosecution of the 23 Wort;., including any Wort: resulting from a duly authorized Change Order (collectively herein_ 24 the "Work") as provided for in said contract and designated as Candleridgc Park Exosiun Control 25 Improvements, City Project No. CO2717: and 26 27 WT EAEAS, Principal hinds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documunts that the: Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the NVork by the City ("Maintenance Period'): and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 43 upon receiving notice from die City of the need therefor at any time %%id3in the itlaintenance 34 Period. CITY OF FORT WURTiI Caadlcridgc Paris Ernsi❑n Convol tmpr❑vemcnls STANDARD CONSTRUCTION SFT.M- 1CAT ION DOCUMENTS Pmieel Ncn. CU2717 Revised Jul} 1, 2011 fig 61 l9 MAINTENANCE BOND Page: 2 Qf 3 1 2 NOW THE RE,FORE. the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactoi-y to the City, then this obligation shall become null and void: otherw Use to remain in 5 Full Forcc and effect. 6 7 PROVIDED, HOWEVER, if Principal shall tail so to repair or reconstruct any t1inely S noticed defective Wort.-, it is agreed that the City may cause any and all such defective Work to 9 be ve-paired and or reconstructed with all associated costs thereol'being borne by the Principal and 10 the Surety under this Mavttenance bond; and 1l 12 PROVIDED ItL1RMER. that if any legal action be filed on this Pond, venue shall lie in 13 'rarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division.; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 1.7 successive recoveries may be had hereon fur succe.5sive breaches. 18 19 20 CITY OF PORT WWII Candleridoge Park Erosion Conlrol hprovomtnt5i STAiNDARD CONSTRi]C'TIO'N SPF-Cl I('A'lli')N I] ruktmrrs Project No. CO2717 Reviseellvly 1,�011 aosl 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WH , +.OP', the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this die 1st day of 3 June , 20 20 . 4 5 G 7 K 9 11 12 11 14 15 16 17 1s 19 20 21 22 23 24 25 26 27 28 29 30 31 ;2 33 34 35 36 37 38 39 Alt] 41 42 ATTEST: (Principal) cretary jY Witness as to Principal 111411I 619. (Surety) Secretary Witness as to Surety PRINCIPAL: HY: SiRilat11 Cathleen Ruiz-P4esident Name and Title Address: 2401 Handley Ederville Rd. FUWorth TX- 76Tf8___ SURETY: Merchants Bonding Company Nut ���c��� , Sign re ••' Cyndy Cates, Attorney in Fact Name and Title Address: Ramey icing Insurance 320 Eagle Drive Ste 210 Denton, TX 76201 Telepllone Number: 972-666-4835 x110 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws shoring that this person has authority to sign such obligation. If Surety's physical address is different fi-om its mailing address. both must be provided. The date of the bond sliall not be prior to the date the Contract is awarded. CITY OF FORT WORM C.andleridee Park Erasion Coniml Improvements STATv9DARD CONSTPUCTION SPHCIF ICATIO'-ti1IDOCUMENTS PrajW No. C-02Ti 7 Revised July i, 20i 1 MERCHANTS BONDING COMPANY, - POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONOiNG COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.. both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cyndy Cates Erin Neill -..lames E King, Jeffery Buckley, Kyle Kelsoe their true and lawful Attnmry(s)-in-Fart. to ;[on its name as srirpty(ies) and !n PYPrutP cral and gnknr%WlrrCe any and ail hmmdri , rrndertakinC15 contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required of permitted in any -actions or proceedings allowed by law. This Power of Ntornoy is granted and is signed and sealed by foo6mile under and by authority of the fdlovring By Lows adopted by the Board of Directors of Merchants Bonding Company (Mutoat) on April 23. 2011 and amended August 14. 2015 and adopted by the Board of Directors od March anIsNationaI Bonding. lnc_ on October 16. 2015- "The President, Secretary. Treasurer. or any Assistant Treasurer or any Assistant Secretary or any Vlce President shah have power and authority iu npvoirt Alturrieya-Ili-Fail, slid to aul1r[A14e tlicrrr lu eWL:ute Lni bellaif Ur tilt C[rlrWatry, tdild;Oild ll tilt Seal ur nit rCUiliPtilly tireretu. IJEXW,7 arnJ undertakings. recogn¢ances. contracts of indemnity and other writings obligatory in the nature thereof." The signature of any authonzed officer and the seal of the Company may be aMix ed by facsimile or elact romC transmission to Any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. Undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall Have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and au hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that coin sentinv to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact certnot be modified or revoked unless prior written personal notice of sacti Intent has been given to the r_c+mmissioner- Department of Highways of the Commonwealth of Kentucky at least Thirty (30) days prior to the modification or revocation in Wilhess Whereof, the Companies have caused this instrument to be signed and reeled this l 5t day of Jude 2020 1.... ( . ,• A PO $ •• •• •, MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. 41 By •;a• - � r' ,� ;rya. °axe- �� ........... ■l . •• i �tyldE►d Presiderli STATE OF IOWA ••^"'•� ••��•',' COUNTY OF DALLAS ss On this 23rd day of March 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.. and that the seals affixed to the foregoing mstrumen t are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalt of the Companies by authority of their respective Boards of Directors. fQRIAt FOLLY MASON o Curiiniissiun Nuiiibv€ 750576 A r� My Commission Expires January 07, 2023 Notary public (Expiretlon or notary's commission does not Invalidate this instrument) 1, WlIliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and affect and has not peen amended or revoked In Witness Whereof, I have hereunto set my hand and affixed ,���RPOjp' Q•' T'OA 0018 (1120) •'r..,...•' ompanie5 on this 151 day of June 2020 COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury' or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of anyone "occurrence" is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the `occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the `occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an `occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one `occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an `occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) e. Motor vehicles; f. "Your product" arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one `occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a "product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse onlythose "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal'; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product'; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury' or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (7) Costs of warehouse or storage space; or (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller' means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor', we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory' during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury'. b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) n. Any liability for "property damage" to "your work" if the damaged work or the workout of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts ore rigineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller' as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, and G. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury', "property damage" or "personal and advertising injury' for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) Nothing herein shall extend the term of this policy. g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability arising out of the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury', "property damage", or "personal and advertising injury' arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury' or"property damage" included within the "products -completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place afterthe equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily injury' or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury' or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; and e. Care, Custody or Control damages under Coverage E. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage Q c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; and f. Contractors Errors and Omissions under Coverage G. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury' sustained by anyone person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of `your products" withdrawn is $10,000. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 10. Paragraph 13. is added as follows: 13. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an `occurrence" or an offense which may result in a claim. This requirement applies only when the `occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the `occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 15 of 16 Copyright 2013 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (10 13) Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: However, we waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" included in the "products -completed operations hazard" under the following conditions: a) Only when you have agreed in writing to waive such rights of recovery in a contract or agreement; b) Only as to the person/entity as to whom you are required by the contract to waive rights of recovery, - and c) Only if the contract or agreement is in effect during the term of this policy, and was executed by you prior to the loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (10 13) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 16 of 16 Copyright 2013 FCCI Insurance Group IL 060 (07 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET NOTIFICATION TO OTHERS OF CANCELLATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART If we cancel this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured shown in the ❑eclarations receives notice from us of the cancellation of this policy; and, 2. We receive such written request at least 45 days before the effective date of cancellation. We will mail such notice at least 30 days before the effective date of the cancellation. Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or organization to be given notice, and said person or organization shall have no rights under this policy if he/it does not receive notice per this endorsement. IL 060 (07 13) Copyright 2013 FCCI Insurance Group. Page 1 of 1 Insured Copy COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. Insured Copy IL 060 (07 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET NOTIFICATION TO OTHERS OF CANCELLATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART If we cancel this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You send us a written request to provide such notice, including the name and address of such person or organization, after the first Named Insured shown in the Declarations receives notice from us of the cancellation of this policy; and, 2. We receive such written request at least 45 days before the effective date of cancellation. We will mail such notice at least 30 days before the effective date of the cancellation. Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or organization to be given notice, and said person or organization shall have no rights under this policy if he/it does not receive notice per this endorsement. IL 060 (0713) Copyright 2013 FCCI Insurance Group. Page 1 of 1 QUOTE COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARYAND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the co ntrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 0413 O Insurance Services Office, Inc., 2012 Page 1 of 1 Tex,qSMutu WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC420304B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 5/13/20 at 12:01 a.m. standard time, forms a part of: Policy no. 0001252254 of Texas Mutual Insurance Company effective on 5/13/20 Issued to: C GREEN SCAPING LP NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 5/4/20 WC 42 03 04 B AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage........................................................................................................................................................3 Auto Loan/Lease Gap Coverage...............................................................................................................................3 BroadForm Insured...................................................................................................................................................1 Concealment, Misrepresentation or Fraud................................................................................................................4 Deductible..................................................................................................................................................................3 Duties in the Event of Accident, Claim, Suit or Loss.................................................................................................4 FellowEmployee.......................................................................................................................................................2 Fire Department Service Charge...............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage ...................................................................................4 Lossof Earnings........................................................................................................................................................2 Lossof Use Expenses...............................................................................................................................................2 SupplementaryPayments.........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us...............................................................................................4 TransportationExpenses..........................................................................................................................................2 Insured Copy THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 50 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2015 FOCI Insurance Group. Insured Copy COMMERCIAL AUTO CAU 058 (01 15) (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $75 per day to a total maximum of $2,000 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $2,000. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total lass to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2015 FCCI Insurance Group. Insured Copy COMMERCIAL AUTO CAU 058 (01 15) overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confirmed to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations subject to the following: Any Comprehensive Coverage deductible shown in the ❑eclarations does not apply to: (1) "Loss" caused by fire or lightning; and (2) "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. (3) Glass damage to the side or rear windows if the glass is repaired rather than replaced. However, no deductible shall apply to damage to the windshield of any covered "auto" or to safety glass. SECTION IV— BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to. - (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2015 FCCI Insurance Group. Insured Copy COMMERCIAL AUTO CAU 058 (01 15) (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: S. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto' hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2015 FCCI Insurance Group. Insured Copy COMMERCIAL GENERAL LIABILITY CGL 121 (04 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM b ;NtUULt (UP I IUNAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the ❑eclarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. Page 1 of 3 COMMERCIAL GENERAL LIABILITY CGL 121 (04 13) With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A. 1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. Section IV— Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions; and Page 2 of 3 COMMERCIAL GENERAL LIABILITY CGL 121 (04 13) 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. Page 3 of 3 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article1 — Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology.................................................................................................................................. 6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site.. 7.01 Related Work at Site.. 7.02 Coordination ............... Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 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 ...................................................................... 39 ...................................................................... 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 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmary2,2016 Article 17 —Miscellaneous ............... 17.01 Giving Notice ............... 17.02 Computation of Times. 17.03 Cumulative Remedies.. 17.04 Survival of Obligations 17.05 Headings ....................... ......................................................................................................... 62 ......................................................................................................... 62 ......................................................................................................... 62 ......................................................................................................... 62 ......................................................................................................... 63 ......................................................................................................... 63 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third parry, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving parry. 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 parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 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 time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 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 permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State 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: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt2://www.window.state.tx.us/taxinfo/taxfortns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 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 performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 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 performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Bryan Lyness, RLA, or his/her successor pursuant to written notification from the Director of Park & Recreation 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. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either parry to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either parry to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The parry to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.0LB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other parry to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revision: Febmuy 2, 2016 007300-1 SUPPLEMENTARY CONDITIONS 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force 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-4.01A 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 easements to be acquired, if any as of - Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (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" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Candleridge Park Erosion Control Improvements CO2717 007300-2 SUPPLEMENTARY CONDITIONS 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 Page 2 of 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind 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 Study,Channel Refurbishment, French Lake Drive Report No. 110-19-114, dated September 23, 2019, prepared by CMJ Engineering, Inc., a sub -consultant of Baird, Hampton & Brown, Inc, a consultant of the City, providing additional information on the subsurface physical conditions of the project site. 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: Baird, Hampton & Brown, Inc. (3) Other: None [Obtain approval for the limits shown for SC 5.04A thru 5.04D. from City before finalizing Contract Documents] 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 $500,00QL Disease - policy limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Candleridge Park Erosion Control Improvements CO2717 007300-3 SUPPLEMENTARY CONDITIONS 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 Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $ eac occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,(M each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract x Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Candleridge Park Erosion Control Improvements CO2717 007300-4 SUPPLEMENTARY CONDITIONS 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 Page 4 of 5 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-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for 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 for 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 the 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-of-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: 2017 Prevailing Wage Rates (Highway; Heavy, including pipelines) http://fortworthtexas.gov/tpw/contractors/ 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: 1. Refer to Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment report by Integrated Environmental Solutions dated December 2019 attached. 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. Refer to Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment report by Integrated Environmental Solutions dated December 2019 attached. SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Candleridge Park Erosion Control Improvements CO2717 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 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 17, 2020. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Bryan Lyness, RLA, or his/her successor pursuant to written notification from the Director of Park and Recreation Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 Candleridge Park Erosion Control Improvements CO2717 Division O1 General Requirements 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Pagel 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 Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 I Biel 1ZIII%*0140 Y Ulei Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 kill END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for 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 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 as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Recommended Not recommended Received late By Date Remarks Date Rejected Candleridge Park Erosion Control Improvements Project No. CO2717 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 0131 19- 1 PRECONSTRUCTION MEETING Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 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 of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. 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/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 I Biel 1ZIII%*0140 Y Ulei Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised August 17, 2012 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 £ Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 M00"1=1Brim Y1130 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 M 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] INei 1XI]anx10Y[130 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Pagel of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 42 43 44 45 46 47 48 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 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 013300-6 SUBMITTALS Page 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 1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION 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 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. {Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]} 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 42 43 44 45 46 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 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) If equipment 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. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition, the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No (CPN) 35 c) Scope of Project (i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 42 43 44 45 46 47 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. }Coordination with North Central Texas Council of Governments (NCTCOG) Clean 5 Construction Specification 6 1. Comply with equipment, operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.} 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 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B — 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 1 W 3 4 0135 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Daft, DOE NO. XXXX Project Dame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR Candleridge Park Erosion Control Improvements Project No. CO2717 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 26 27 2S 29 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 0157 13- 1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 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 - 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 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 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 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) 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 of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 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 WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 0157 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 0158 13- 1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 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 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION 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] CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 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 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Candleridge Park Erosion Control Improvements Project No. CO2717 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization [If subsidiary] 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 [OR] 36 1. Mobilization and Demobilization [If bid item included for Mobilization — 37 Consultant to provide a maximum % of adjusted contract amount based on the 38 anticipated mobilization costs to limit the amount bid for this item] 39 a. Measure 40 1) This Item will be measured by the lump sum or each as the work 41 progresses. Mobilization is calculated on the base bid only and will not be 42 paid for separately on any additive alternate items added to the Contract. 43 2) Demobilization shall be considered subsidiary to the various bid items. 44 b. Payment CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 1) For this Item, the adjusted Contract amount will be calculated as the total 2 Contract amount less the lump sum for mobilization. Mobilization shall be 3 made in partial payments as follows: 4 a) When 1 % of the adjusted Contract amount for construction Items is 5 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 6 allowed] % of the total Contract amount, whichever is less, will be paid. 7 b) When 5% of the adjusted Contract amount for construction Items is 8 earned, 75% of the mobilization lump sum bid or [Insert the maximum 9 allowed]% of the total Contract amount, whichever is less, will be paid. 10 Previous payments under the Item will be deducted from this amount. 11 c) When 10% of the adjusted Contract amount for construction Items is 12 earned, 100% of the mobilization lump sum bid or [Insert the maximum 13 allowed]% of the total Contract amount, whichever is less, will be paid. 14 Previous payments under the Item will be deducted from this amount. 15 d) A bid containing a total for "Mobilization" in excess of [Insert 16 maximum allowed] % of total contract shall be considered unbalanced 17 and a cause for consideration of rejection. 18 e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT 19 include any cost or sum for mobilization items associated with 20 water/sewer items. Those costs shall be included in the various 21 water/sewer bid Items. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 f) The Lump Sum bid for "Mobilization — Paving" shall NOT include 24 any cost or sum for mobilization items associated with drainage items. 25 Those costs shall be included in the "Mobilization — Drainage" Lump 26 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 27 and a cause for consideration of rejection. 28 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT 29 include any cost or sum for mobilization items associated with paving 30 items. Those costs shall be included in the "Mobilization — Paving" 31 Lump Sum bid Item. Otherwise the bid Items shall be considered 32 unbalanced and a cause for consideration of rejection. 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 [OR] 37 1. Mobilization and Demobilization [If multiple `Mobilization " bid items are used 38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) — 39 Provide detail of each bid item - Consultant to provide detail for each bid item 40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 41 possibly separate bid items for Paving and Drainage due to funding).] 42 a. Measure 43 1) This item for Water/Sewer improvements is considered subsidiary to the 44 various Items bid. 45 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 46 — Paving/Drainage" will be measured by the lump sum or each as the work 47 progresses. Mobilization is calculated on the base bid only and will not be 48 paid for separately on any additive alternate items added to the Contract. 49 3) Demobilization shall be considered subsidiary to the various bid items. 50 b. Payment CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 1) The work performed and materials furnished in accordance with this Item 2 for Water/Sewer improvements are subsidiary to the various Items bid and no 3 other compensation will be allowed. 4 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization 5 — Paving/Drainage", the adjusted Contract amount will be calculated as the 6 total Contract amount for paving, drainage or paving/drainage improvements 7 less the lump sum for mobilization. Mobilization shall be made in partial 8 payments as follows: 9 a) When 1 % of the adjusted Contract amount for construction Items is 10 earned, 50% of the mobilization lump sum bid or [Insert % the maximum 11 allowed] % of the total paving, drainage, or paving/drainage Contract 12 amount, whichever is less, will be paid. 13 b) When 5% of the adjusted Contract amount for construction Items is 14 earned, 75% of the mobilization lump sum bid or [Insert the maximum 15 allowed]% of the total paving, drainage, or paving/drainage Contract 16 amount, whichever is less, will be paid. Previous payments under the Item 17 will be deducted from this amount. 18 c) When 10% of the adjusted Contract amount for construction Items is 19 earned, 100% of the mobilization lump sum bid or [Insert the maximum 20 allowed]% of the total paving, drainage, or paving/drainage Contract 21 amount, whichever is less, will be paid. Previous payments under the Item 22 will be deducted from this amount. 23 d) A bid containing a total for "Mobilization" in excess of [Insert 24 maximum allowed] % of total paving, drainage or paving/drainage 25 contract shall be considered unbalanced and a cause for consideration 26 of rejection. 27 3) The work performed and materials furnished for demobilization in 28 accordance with this Item are subsidiary to the various Items bid and no other 29 compensation will be allowed. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under "Measurement" will be paid for at the unit 37 price per each "Specified Remobilization" in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.I.A.2.a.1) 41 2) Remobilization as described in Section 1.1.A.2.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment 46 1) This shall be submitted as a Contract Claim in accordance with Article 10 47 of Section 00 72 00. 48 2) No payments will be made for standby, idle time, or lost profits associated 49 with this Item. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised November 22, 2016 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 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised November 22, 2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 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 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Candleridge Park Erosion Control Improvements Project No. CO2717 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) — 01 71 23.16.01— Attachment A —Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw 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 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 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 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) W ter Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 25O linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater — Not Applicable CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) W ter Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 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 at any time deemed 23 necessary. 24 2. Checks by City personnel or 3' party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Candleridge Park Erosion Control Improvements Project No. CO2717 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Candleridge Park Erosion Control hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised February 14, 2018 FORTWORTH(, Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.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.Rov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI I. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manua1\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. utility Color PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS *YELLOW* POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC ORANGE 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 Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.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 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A —Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format 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 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 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 m IK w m 2 Z CL 1016 z 0 F- W W EL. = 10G.OD" z LLJ } w 4 Ld ]CL C9 0 L) .w LU) a:: CO cm) LLJ LO � Q 2 Ca J a r Ld o�c m Ir- r <_ D o p m 0 c) LLJo l� P #1 N=5000.00 E=boaQ. Qo - - - - V. Water Staking Standards E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 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 VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb 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 II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manua1\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 « D i w/L 7'O/S i .9 5� �£ % $ k \ § kC11 §§ w—!« c-3.6 2 { L T w sRi*7221 C-3,M 2 \4 < �$ / \ y� y VE SanlaC Sewer $ akin E: ogJ0.0 02 2J1E0 1-C ndmag ParkErosion Control -F&g2o mment Pr ea Vanua%1-10 % S bmta&B-D&osemeelR q*@me%A017123.1 J1 Attachment A Survey StakingkandaesdoJ Page gw22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 01 U` O" 4 Y z yz W � Hay WU 1n O U �/s (L ss LJ 0 Example Sanitary Sewer Stakes 7 0/S � SS 9 A STA=a+nn u<0 C-I �� °-4UII 2 C-Om 4 J STA-3+711 I &n C-A L z C-3yII g F0ak W � 7a O a �I' o� N lL W o x N u W N Lq 4 Y � W M U�/ �f 1 IAJ IL W 1 1 IL a. a O O WW ;4�W �LL ¢ C}Q Skd q J13& w+ VI 0+ Flt 2 F4 Fr. F Isis �b .ct8 CO dN �O 9 Isis i-.Wa C-5 F+ID oC �Y 4 , !�x /I o ` bjJ � ii mz �o J m LL a zo l5o W Z1j h o = r az 7 o x oe V E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans 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 II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length 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 Il. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manua1\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # `I HIA ELEVATION Example Storm Inlet Stakes FRONT (SIDE FACING NQ FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLO4NNE BACK {SUE FA13NG R.QW-) POINT 0 Q HUB ELEV,knm c FRONT (SIDE FACING n r 2 m IDENTIFIES 1lHICH END OF THE YdNG BEING STAKED TA a ITL c7 I DISTANCES FOR INLETS �_L1 STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBL-E 10' — 26.67 HUB%MM TACK T*— — — — — — — — RECESSED QUJIBL£ 10= =30_67 I I 9kC}K OF INLET H I Y. Cti BACK OF Ci1RD FLOYLINE FACE OF INLET FACE DF INLET EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT BACK OF CURB FLDl4UNE — — — EDGE OF PAVEMENT E:\2019.000.000\2019.716.001- Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1- 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. 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 B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 HUB Example Curb & Gutter Stakes FRONT (SIDE FACING q) a FRONT IOENnFlES END F I ��-{y \ f } N T {SUE FkCINC ¢j P41NT OF f e! T GENT (SIDE FACING) IDENTIFIES ES START PC FRONT FACING} PONT OF CURVATURE 4 to 6C m 4 L C I! PT 70 BACK 1� Q T mEMnFim OFFSET Is To SACK bF CURB CR F/C (SIDE FACING R.4.Vi.) FOR FACE OF CUPS Tf° Q � y + z N III I PUNT # N III I III I IOENrnFIEs caRhoE 13 p TIc TD TOP OF CUM o 0 ELEVAl1GN o + RADIUS POINTS — I I, I, � NO FLAGGING REQUIRED I 1 IN LIEU OF PINK PAINTED LATH �Iq�'4r l�Jf lr f t TOP OF CURET �f BACK OF CURB x {r x I P, rxx FACE OF CURB L — FLOVYLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection E:\2019.000.000\2019.716.001- Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1- 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 r � g |Qa■ z E&ae 10'04 f 7Th-2*WƒF+O LU -- � $ 3 'D§K/ ! |® E: ogJ0.0 02 2J1E0 1-C ndmag ParkErosion Control -F&g2o mment Pr ea Vanua%1-10 % S bmta&B-D&osemeelR q*@me%A017123.1 J1 Attachment A Survey StakingkandaesdoJ Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. -CUT + FILL E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 17 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 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 • • STA 4'+PW ' Si! 9TD`D i>Y?1 t � iIG k S ll'pFXiQ� SE1� aK6 as r as rW- Ah6%.— ■�� — tr Mom lEl� EY6T. S YUTEir ap.� rtw Ara 0-maO - dr R VwV LW FOWT L SAWAIE EMF 0" r,K F FIEAAcFf ter M CrW ArWAFF:R 03TRir h-MIMLa St£dYS J-SY d VALVE mlolrY'iraQE VALVE +�PiASd9R7 C-20&=Aw AY ,� O9L. -Sit lM"t WTJ[L ANF w S1,-FJJ1 rm iL p TI Tb E=T. "'R.15V *~"3-qm £,s36 RzOr ��MIRWOM4STA"Wir - JrRL MWALL ILSY PN17gQ w F44PE YAt' r Ttw -IEiIWE s SAWAGE Em.wE YALYE Lar A M Q.- 'WMANW N' tit L FW AV ALr PAMW LAW rScpf vv.Yc tar r Elm WN 7T-%m ' �53 1 n vsrs - STAI OWW - OFM /5TAt4 sill. jLd14rVEJF. J6 it OFf MW allR 9404MELQM 6$aorms___s I F�xr Fr FROPUSED , SMITAR►' S SEE SWE7 E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 00% Submittal\B - Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 23 pp�/ �� rIlylf� &K 29 uri z LAYTQN IRD. W. t AM pati M R! f11V,1 ..... i I ' I � d � W to 'N +� ___ GL 1r�V Ll L`�• ti �! C—R i r � SY.a rI.Im --8S5 OAF A - r.VMSMOML--m- ro' r�nfnf.. AELAMW A7. Sr+LfiG h� •sy f .CUA15TRWF lmw ass LINE +�f r 5, WwT.�O.4,S�,we iatauc� �~ �# wWeav PwrEcrmN CONNECT FmY.ass iNiY! cswxw ryvuP ass r+rtx�n m rrxrss��. u cve�rst� F.aseoarma CUT MAP NO_ 2.019--390. 20U MAPSCO PAGII NO. 74N, S, `f', E:\2019.000.0q 2.00 hoo knual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 24 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EA5TING ELEV. DESCRIPTION 1 69462WAW 2296079.165 726-09 55MH RIM 2 6946260.03 2296062.141 725.668 GV RIM 3 6946307.399 229b038.306 P26.SSGVKIM iOct -bk--'1-i14rs 4 6946220.582 2296011,025 723.358 55MH RIM 5 6946195.23 2296015.116 722.123 GV RIM •� 6 6946190.526 2296022.721 722.125 FH ' 7 694613G.012 2295992.115 719.448 WM RIM N G94150022r,7 2295419.133 713 13I WM RIM TX_ 1 Cl;:r- Ti# L 4 6946003.056 2295933 418 713 GSi CO RIM S t Z. 10 6945984.677 2295880.52 711.662 55MH RIM 11 6945986.473 2L9586'!.8'J2 710.046 WM R+M 12 04J P f95-077 229586U.9b2 7W_72 WM RIM 13 6J4S896.591 229S8b2.188 IWI. 05 WM Kfm 1"E471 t 4- 14 6945934.286 2295842.925 709.467 WM RIM 15 6945936.727 2295330.441 710.034 CO HIM 16 6945835.678 2295799.707 707.774 55MH RIM 17 6945917.488 2295327.011 708.392 55MH RIM IR 6945759.776 M5759.Fdll 711.2I2 :SMII RIM 19 6945768.563 2295778.424 710,086 GV RIM 20 6945743-318 2295788.392 710.G31 GV RIM 21 6945723.219 2295754.394 712.849 GVRIM pp 22 W5682.21 22957"22 716 686 WM AU r 23 6945621.902 22,35669.471 723.7b WM RIM 24 6945643.407 229573"3 719.737 CO RIM L s5 b945571.U59 2295655.195 727.514 55M" HIM Z6 6945539.495 2275667.W3 727.121 WM RIM 27 6945519.534 2295619,49 732.5M WM TIM � aN� d � f3b. J-Ts 28 6945417.879 2295580.27 740.521 WM RIM L i �,Tr_--b Eh � 29 G94545U.557 2295643.145 73GA51 CO RIM 3D 694530.356 229S597_I03 740.75G GV RIM 'tv+$ ?,t 91 6445370 688 229Sf06.743 740.976 GV RIM NL r,t+,LPA-C C- 12 6945383.53 2295610.559 740 408 FH 33 6945321.228 2295551.105 746.34 WM RIM $4 694533.9.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748,454 WM RIM 36 37 6945233.624 M45206.485 2295544.626 2295529.3U6 749.59 55MH RIM 751.L-e58 WM RIM ��yy � Y. L 3z 6245142.015 2295557.61A 75MR53 WM RIM � 39 6945113.445 2295530_335 751.871 WM RIM Off G94SO49102 229=-Wl5 71.2.2S7 SSMHRIM 41 694SO41.024 2295S52.675 7S1 74 WM RtM � 7 42 694SO38.879 2295552.147 751 RS WM RIM 43 6945006.397 2295518135 752-6i5 WM RIM Y 44 6944944.782 2295SM635 752-801 WM Rim d 45 W44943.432 2295556,479 752-156 WM RIM 41b 6W48WA115 2tJ5534.337 752.J86 55MH RIM /toy E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 25 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. E:\2019.000.000\2019.716.001 - Candleridge Park Erosion Control - FW\02 Documents\Project Manual\1 - 100% Submittal\B - Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 � |• 2 ~ � J � - I & — — — — — — --- — � — — — --.. ) ] . , 2 e � § • 2 I * }■ § m ' § § � * ■ � ■ K § � § $, �- a\AS a n n . : ■ , } ` \ / f ¢ \ ■ , I I | \ � � � � ' S e # § � # $ ■ � % � � - ` E: ogJ0.0 02 2J1E0 1-C ndmag ParkErosion Control -F&g2o mment Pr ea Vanua%1-10 % S bmta&B-D&osemeelR q*@me%A017123.1 J1 Attachment A Survey StakingkandaesdoJ Page 26 of 26 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 30 31 32 33 34 35 36 37 38 39 40 41 42 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 1 2 3 4 5 6 7 10 01 74 23 - 4 CLEANING Page 4 of 4 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 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 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 39 D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 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 017719-3 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) £ 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 [OR] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 42 43 44 45 46 47 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 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 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent 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 Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 01 78 39 - 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 [OR] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Candleridge Park Erosion Control Improvements Project No. CO2717 Division 02 Existing Conditions Division 03 Concrete Division 11 Equipment Division 26 Electrical Division 31 Earthwork Division 32 Exterior Improvements 32 13 13- 1 CONCRETE PAVING Pagel of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from 20 construction documents for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 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 32 13 13-2 CONCRETE PAVING Page 2 of 21 1.3 REFERENCES A. Reference Standards 1. 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 International (ASTM): a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready -Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete p. C1602, Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13-3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 I N 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3213 13 - 4 CONCRETE PAVING Page 4 of 21 E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement. G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 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 32 13 13-5 CONCRETE PAVING Page 5 of 21 d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs maybe rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 32 13 13-6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials 2 1. Membrane -Forming Compounds. 3 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm, continuous uniform moisture -impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 concrete. 9 c. It shall, when applied to the damp concrete surface at the specified rate of 10 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check, peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only, which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C156 Water Retention by Concrete 21 Curing Materials, the liquid membrane -forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0. 0 1 -oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations, the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities, type, and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A. Abrasion of coarse aggregates 46 c. Once mix design approved by City, maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete maybe placed on the job site until the mix design has been 2 approved by the City. 3 2. Quality of Concrete 4 a. Consistency 5 1) In general, the consistency of concrete mixtures shall be such that: 6 a) Mortar shall cling to the coarse aggregate 7 b) Aggregate shall not segregate in concrete when it is transported to the 8 place of deposit 9 c) Concrete, when dropped directly from the discharge chute of the mixer, 10 shall flatten out at the center of the pile, but the edges of the pile shall 11 stand and not flow 12 d) Concrete and mortar shall show no free water when removed from the 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 mixer e) Concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal f) Surface of the finished concrete shall be free from a surface film or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the minimum cement specified or without exceeding the maximum water/cement ratio, the Contractor may use, or the City may require, an approved cement dispersing agent (water reducer); or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, or the Contractor may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. 7) The Contractor is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class 1) Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 32 13 13-8 CONCRETE PAVING Page 8 of 21 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement S1umD Reauirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 32 13 13-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 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 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 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 32 13 13- 10 CONCRETE PAVING Page 10 of 21 2) The method of sampling shall provide that the samples are representative of widely separated portions, but not from the very ends of the batch. d. The mixing of each batch, after all materials are in the drum, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance ratings and inspection, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. f. Retempering or remixing shall not be permitted. 3. Delivery a. Deliver concrete at an interval not exceeding 30 minutes or as determined by City to prevent cold joint. 4. Delivery Tickets a. For all operations, the manufacturer of the concrete shall, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) Serial number of ticket 3) Date 4) Truck number 5) Name of purchaser 6) Specific designation of job (name and location) 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade 1. When manipulation or treatment of subgrade is required on the Drawings, the work shall be performed in proper sequence with the preparation of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. All holes, ruts and depressions shall be filled and compacted with suitable material and, if required, the subgrade shall be thoroughly wetted and reshaped. 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 32 13 13- 11 CONCRETE PAVING Page 11 of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13- 12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13- 13 CONCRETE PAVING Page 13 of 21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings, creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings, or as 24 approved by the City. 25 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 26 approved by the City. 27 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 28 approved by the City, and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de -bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures, expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 43 approved by the City. 44 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 45 approved by the City, and shall be installed at the specified spacing. 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 3213 13-14 CONCRETE PAVING Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 3 pavement thickness, or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms, the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 13 73. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13- 15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Reauirements 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Concrete Temperature at point ofplacement) Max Time — minutes no retarding age Max Time —minutes with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by City 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.41.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 32 13 13- 16 CONCRETE PAVING Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing, and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results, the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms, the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 35 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C 15 6 Water Retention by Concrete Curing 40 Materials, the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13- 17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings, and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City, unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13- 18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. 22 23 7. 24 25 26 8. 27 28 9. 29 30 31 10 32 33 34 35 11 36 Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Candleridge Park Erosion Control Improvements Project No. CO2717 32 13 13- 19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 8 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength, to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90- ercent Greater Than 10 percent - Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 22 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project, the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade, the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector, at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 3213 13 - 20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship, the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking, and the Contractor will perform that work at the 12 agreed -upon price if the City elects to do so. 13 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 14 the cause of the cracking, the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship, the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship, the City will return the 28 escrowed funds to the Contractor. The Contractor, on request, will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed -upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised December 20, 2012 Division 33 Utilities Division 34 Transportation Appendi x GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 GEOTECHNICAL ENGINEERING STUDY CHANNEL REFURBISHMENT FRENCH LAKE DRIVE FORT WORTH, TEXAS Presented To: Baird, Hampton and Brown September 2019 PROJECT NO. 110-19-114 -�o CMJ ENGINEERING, INC. September 23, 2019 Report No. 110-19-114 Baird, Hampton and Brown 3801 William D. Tate, Suite 500 Grapevine, Texas 76051 Attn: Mr. Konstantine Bakintas, P.E. GEOTECHNICAL ENGINEERING STUDY CHANNEL REFURBISHMENT FRENCH LAKE DRIVE FORT WORTH, TEXAS Dear Mr. Bakintas: 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr.com Submitted here are the results of the geotechnical engineering services for the referenced project. This study was performed in general accordance with CMJ Proposal No. 19-7301 dated May 13, 2019 and were authorized by Ms. Skylar Wierzbicki, P.E. on August 5, 2019. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Baird, Hampton and Brown. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TExAS FIRM REGISTRATION NO. F-9177 i TE OF T,6�`r,,l i. . ................................ MAHSA HEDAYATI .01. 120507 : n-' "/CEN5'0? S�ONAL EN.. I Mahsa Hedayati, Ph.D., P.E. September 23, 2019 Geotechnical Engineer Texas No. 120507 1 TO James Sappington IV, P.E. Presid t Texas, o.97402 copies submitted: (1) Mr. Konstantine Bakintas, P.E., Baird, Hampton and Brown (email) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Paae 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 3 4.0 FOUNDATION RECOMMENDATIONS--------------------------------------------------------------------------- 5 5.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 10 6.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------14 7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------15 4ki111 I_1 Plate Planof Borings ---------------------------------------------------------------------------------------------------------------- A.1 Unified Soil Classification --------------------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols ---------------------------------------------------------------------------------------A.3 Logsof Borings-------------------------------------------------------------------------------------------------------A.4 — A.6 Particle Size Distribution Report ------------------------------------------------------------------------------- A.7 and A.8 FreeSwell Test Results ----------------------------------------------------------------------------------------------------- A.9 1.0 INTRODUCTION 1.1 G neral The project, as currently planned, consists of refurbishing approximately 500 feet of an existing drainage channel, located to the south of French Lake Drive and north of Candleridge Circle in Fort Worth, Texas. Plate A.1, Plan of Borings, depicts the project vicinity and locations of the exploration borings. At the time of this investigation, the site consisted of an existing channel with grass -lined or un- improved side slopes. Dense tree coverage was observed to the south of the channel. The existing channel is considered to be in poor condition and has experienced problematic erosion, slope sloughing, downcutting and related distress. The project will include refurbishing the existing channel and constructing retaining walls along the channel banks with natural appearance stone walls or similar with heights on the order of 4 feet to 5 feet. Global stability analysis of the retaining walls is outside the scope of this study. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop geotechnical recommendations for the type or types of wall foundations and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of structures could change. Once the final design is near completion (80- to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. Report No. 110-19-114 CMJ ENGINEERING, INC. 1 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by three (3) borings each extending to a depth of about 20 feet. The borings were drilled using truck mounted drilling equipment at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.6 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Report No. 110-19-114 CMJ ENGINEERING, INC. 2 Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the logs. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground -water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and gradations), moisture content, unconfined compressive strength and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight conducted for this project are included on the boring logs. Particle size distribution analyses are included on Plates A.7 and A.8. Free swell tests were performed to determine expansive soil potential of clayey soils. Free swell test results are provided on Plate A.9. The above laboratory tests were performed in general accordance with applicable ASTM procedures or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings are discussed below. Note that depths on the borings refer to the depth from the existing grade or Report No. 110-19-114 CMJ ENGINEERING, INC. 3 ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Subsurface conditions encountered in in the borings generally consisted of dark to light brown, olive brown, light olive brown reddish brown, gray and tan clays and shaly clays extending to the 20-foot termination depth of the borings. One -foot thick layers of clayey sand with gravel and limestone fragments were encountered at the ground surface in Borings B-1 and B-2. A 2-foot thick layer of tan fractured limestone was encountered in Boring B-2 at a depth of about 4 feet below ground surface. A 1-foot thick layer of gravelly clay was encountered at a depth of about 9 feet in Boring B-1. The upper 3 to 4 feet of clay and clayey sand material encountered in the borings were visually classified as fill or possible fill material. The clay soils encountered are firm to hard in consistency (soil basis), with pocket penetrometer values of 1.25 to over 4.5 tsf. The various soils encountered in the borings had tested Liquid Limits (LL) ranging from 53 to 66 with Plasticity Indices (PI) ranging from 34 to 45 and are classified as CH by the USCS. Tested unit weight and unconfined compressive strength values range from 105 to 123 pcf and 1,870 to 14,630 psf, respectively. The tan fractured limestone encountered in Boring B-2 is considered hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test value of 1 inch of penetration for 100 hammer blows. The Atterberg Limits tests indicate the various clays encountered at this site are highly active with respect to moisture induced volume changes. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content. Results of swell testing indicate a high potential for moisture induced volume change from present in -situ moisture conditions. 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was not encountered during drilling and the borings were dry upon completion of the drilling Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year seepage can occur in joints in the clays, in granular material and atop or within the tan limestone, particularly if Report No. 110-19-114 CMJ ENGINEERING, INC. 4 approached to or exposed by cuts. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Due to the variable subsurface conditions long-term observations would be necessary to more accurately evaluate the ground -water level. Such observations would require installation of piezometers or observation wells which are sealed to prevent the influence of surface water. 4.0 FOUNDATION RECOMMENDATIONS 4.1 Expansive Soil Movements The expansive soils encountered along the project channel can shrink and swell considerably as the soil moisture content fluctuates during seasonal wet and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground -water conditions, paving and many other factors which may affect the structures during and after construction. Therefore, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. Structures placed near existing grade will be subject to movement as a result of moisture induced volume changes in the highly active clays. The clays expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, and to a great extent by soil moisture levels at the time of construction. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TX -Dot) procedure TEX- 124-E for estimating Potential Vertical Rise (PVR) and using engineering judgment and experience. Vertical soil movements on the order of 4 to 7 inches have been estimated for the soils encountered, as the soils undergo moisture changes. 4.2 Retaining Structures 4.2.1 General Retaining Wall Considerations Five geotechnical design criteria must be satisfied in the selection of the type and configuration of the retaining walls. These criteria are; the wall must have an acceptable factor of safety with respect to (1) overturning failure, (2) a sliding (translation) failure, (3) a bearing capacity failure, and (4) a global (deep-seated) slope failure. In addition, (5) the deformation of the wall caused by Report No. 110-19-114 CMJ ENGINEERING, INC. 5 deflection from earth pressure and from settlement or heave of the foundation soils or backfill soils, must be within tolerable limits during the functional life of the structure. As retaining wall locations, heights, and geometry were not available at the time of this report, attention is called to Section 1.2 regarding design review. Please note, global stability analysis of the retaining walls is outside the scope of this study. Our office should be contacted if global stability analysis of the walls is required. 4.2.2 Foundations The most positive foundation system for the proposed retaining walls would be situated below the zone of most significant seasonal moisture variations. A deep foundation system transferring column loads to a suitable bearing stratum is considered the most positive foundation system. However, if differential movements are acceptable, the retaining wall foundations may be founded within natural soils or fill material properly prepared as recommended in Section 5.2 of this report using shallow spread or continuous footings. The retaining wall foundations may be designed for an allowable bearing pressure of 2.0 ksf. A minimum footing dimension of 2 feet is recommended. For walls within the channel, footings should be founded a minimum of 3 feet below existing grade or below the thalweg of the channel, whichever is deeper. For walls not located within the influence of the channel, wall footings should be placed a minimum of 2 feet below the lowest adjacent grade. It should be noted that retaining wall foundations are typically subjected to non- uniform pressure across the foundation, and possibly negative pressure (separation of foundation from soil) under a portion of the foundation, due to the overturning moment induced by the lateral earth pressures. The allowable foundation pressures given above are for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. Please note, fill or possible fill materials were encountered to depths of about 3 to 4 feet below the existing ground surface in the borings. In absence of documented density control, the possibility of undercompacted zones or voids exists. Removal and replacement of all the fill following the recommendations in subsequent sections of this report is the only method eliminating the risk of unusual settlement. The existing fill material should be removed to expose natural in -situ soils and recompacted in accordance with recommendations provided in Section 5.2 of this report. Soils existing in a soft to firm state should be evaluated on a case -by -case basis. Close inspection of soils strength should be conducted by a geotechnical engineer to allow designation and removal of very soft soils not meeting the bearing capacity stated above. The base of all excavated Report No. 110-19-114 CMJ ENGINEERING, INC. 6 footings should be inspected by a geotechnical engineer or geotechnician under his or her supervision to assure that the bottom is firm, level and free of loose soil material and/or debris. In the areas of existing fills, the exposed subgrade in the footing excavation should be proofrolled as follows: the subgrade should be proof rolled using a heavy pneumatic tired or small width drum roller making several passes over the subgrade. Any soft or spongy areas should be overexcavated to firm materials and backfilled following the recommendations provided in report Section 5.0, Earthwork. The proof rolling operations should also be observed by the project geotechnical engineer or his/her representative The horizontal bases of the footings will develop resistance to sliding by means of a combination of friction and adhesion (for cohesive foundation materials). Given the nature of the foundation materials, an adhesion of 300 psf may be used for earth formed footings. An ultimate friction factor of 0.3 may be used to calculate sliding resistance of the footings bearing on site soils. Passive earth pressure resistance should be neglected for walls. Foundations for the retaining walls designed in accordance with these recommendations will have a minimum factor of safety of 3 with respect to a bearing capacity failure. We understand final grading plans are not available at the time of this report. Our office should be provided with a copy of grading plans once available to review our recommendations and provide additional recommendations if applicable. 4.2.3 Foundation Construction Foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • When seepage is encountered, whether it is sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a shallow foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility Report No. 110-19-114 CMJ ENGINEERING, INC. 7 characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavations, a "mud slab" should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over -excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for the placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 4.3 Lateral Earth Pressure 4.3.1 Equivalent Fluid Pressures Lateral earth pressures on retaining walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 4.3.1-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at - rest and active earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order of 0.4 percent. TABLE 4.3.1-1 — Equivalent Fluid Pressures At -Rest Equivalent Active Equivalent Backfill Material Fluid Pressure (pcf) Fluid Pressure (pcf) Drained Undrained Drained Undrained Excavated on -site clay or clay fill 100 110 85 100 material Select fill or on -site soils meeting 65 90 50 85 material specifications Free draining granular backfill 50 90 35 80 material Report No. 110-19-114 CMJ ENGINEERING, INC. 8 For the select fill or free draining granular backfill these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used. 4.3.2 Wall backfill Material Requirements Free Draining Granular Wall Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. Select Fill: All wall select backfill should consist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor Density. On -Site Soil Backfill: For wall backfill areas with site -excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor Density. 4.3.3 Wall Backfill Settlement Settlement of the wall backfill should be anticipated. Piping and conduits through the fill should be designed for potential soil loading due to fill settlement. On -grade slabs, sidewalks, and pavements over fills also may settle. Backfill compacted to the density recommended above is anticipated to settle on the order of 0.2 to 0.5 percent of the fill thickness. Report No. 110-19-114 CMJ ENGINEERING, INC. 9 4.3.4 Below -Grade Drainage Requirements The design recommendations presented above assume hydrostatic pressure will not develop behind the retaining walls. In order to achieve the drained condition for lateral earth pressure for low -permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. Drainage could be provided using a collector pipe or weep holes near the base of the retaining wall. Drains should be properly filtered to minimize the potential for erosion through these drains, and /or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. It is recommended the backfill-wall geometry must be such that the backfill will not become saturated from rainfall, ground water, adjacent water courses, or other sources. 5.0 EARTHWORK 5.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 8 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Report No. 110-19-114 CMJ ENGINEERING, INC. 10 The on -site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a narrower range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5.3 General Slope Recommendations Prior to the placement of fill in the areas of the existing slope or scoured areas, the existing ground surface should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 8 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. Report No. 110-19-114 CMJ ENGINEERING, INC. 11 Special site preparation procedures will be imperative to reduce the possibility of slope sliding, settlement of fill soils, and otherwise undue soil movements. In addition, where existing slopes may be re -worked, cuts and fills will be required to properly blend new fill materials to existing materials. These procedures are outlined below, but generally consist of proper removal of existing vegetation, proof rolling the site area to receive fill, benching new fill into the existing fill to prevent a direct slide plane at this interface, and general grading at existing, specific erosion and drainage areas. Specific recommended procedures are provided in this report section to emphasize the importance of these procedures. If these procedures are adhered to during the construction phase, the potential for slides, undue settlement, and otherwise problematic soil movements are greatly reduced. The following specific recommendations are provided: 1. Grub all areas in which earth fill operations will take place. This requires the proper removal and disposal of all trees, brush, and vegetation. It also requires the grubbing of all roots in excess of 1 inch and disposing of them properly away from the site. 2. All organic topsoil, trash, debris, or other deleterious materials should be removed from the fill. Any rock fragments larger than 6-inch size should likewise be removed. 3. In areas to receive fill, the surface should be proof rolled to locate any soft or compressible materials. Should said materials be encountered, they should be removed and backfilled with acceptable soil materials. 4. The fill materials should be placed from the bottom leading upwards. The surface soils should be lightly scarified to allow bonding of new fill to either natural soils or existing fill. The initial lift of fill should be at least 12 feet wide and placed on a horizontal plane. As additional fill is placed, the fill should be benched into the natural soil for every 1-foot thickness of fill placed. The benches should continue to work uphill to prevent a continuous plane from occurring at the new fill/old fill/natural soil interface. The onsite soil may be used as fill for re -working of slopes; however, if a mass grading deficit occurs, then offsite soil should be brought in as fill to this site. Any off site borrow fill should consist of silty clays, sandy clays, or clayey sands with a Liquid Limit less than 50 and a Plasticity Index between 4 and 30. These acceptable soils are classified as CL or SC per the Unified Soil Classification System. Clean sands, silts, gravels, and highly plastic clays should be discarded. In addition, fill materials should be placed, pulverized as required, uniformly moistened as required, compacted to those standards listed above and reiterated in Section 5.2, and each lift tested to assure proper compaction. Any fill not meeting specifications should be reworked/recompacted as Report No. 110-19-114 CMJ ENGINEERING, INC. 12 necessary. In addition, light scarification should be performed on the surface of the accepted fill prior to placing the next lift of fill in order to bond the fill lifts satisfactorily. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. The presented angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. Table 5.3-1: Recommended Slope Angles of Permanent Slopes Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 > 9 4:1 5.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Report No. 110-19-114 CMJ ENGINEERING, INC. 13 Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Plates A.7 and A.8 present sieve/hydrometer grain size analyses for typical onsite soils. The following table provides grain size for erosion analyses. Table 5.6-1 Grain Size Values Boring No. Depth (Ft.) Grain Size mmDso Dss B — 1 7-8 0.0031 0.850 B — 3 4-5 0.0025 0.320 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction, anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe any additional earthwork and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials observation commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to Report No. 110-19-114 CMJ ENGINEERING, INC. 14 contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures, were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground -water conditions, this report presents data on ground -water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that Report No. 110-19-114 CMJ ENGINEERING, INC. 15 the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. The scope of services also did not include any assessment of the site for suitability for the proposed construction or use, related to items or conditions other than those specifically addressed in this report. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Baird, Hampton and Brown, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar Report No. 110-19-114 CMJ ENGINEERING, INC. 16 conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 110-19-114 CMJ ENGINEERING, INC. 17 (0ullglno) 6ui;six3— :a0loq ;uOaanO s6uuoq :JnOXDo 6nnp t,11-61-01 l\rvlO\s6uiMoap\:O Y Q CL- Lu O (, W J z zx U� m z � W C) O O Z z 00o Q LL-Lu CL cr J W Z Z Q 2 U PLATE A.l 61/60/90 :a40Q Major Divisions Typical Names Laboratory Classification Criteria Gym. Well -graded gravels, gravel- (V D D 2 GW sand mixtures, little Or no C.= -60- greater than 4: Cr=-----3— ----- between 1 and 3 Co > o fines o D10 D10 X Dso � 0)� 0_U o .o .N aoi Poorly graded gravels, gravelF0 E N a v = GP sand mixtures, little or no ai C/) U) Not meeting all gradation requirements for GW a > m u a) �b rn fines �' o UCU co (7 U -0 m > m p o o:L 00 z o Silty gravels, gravel -sand -silt N C7 Liquid and Plastic limits "A" Liquid and plastic limits N E GM mixtures a) U below line or P.I. plotting in hatched zone 0 z w E S .T a greater than 4 between 4 and 7 are Liquid and Plastic limits _� � L .� a) U o o U) N o ) borderline cases o °' > �' Clayey gravels, gravel -sand- 5 N "A" requiring use of dual -0 a, o g a a GC clay mixtures c a> CU Z c •Z above line with P.I. symbols a) Q ; greater than 7 co U) CU a> Ew a� C5 °' Well -graded sands, gravelly O OCo ' � : . D60 (D")2 ;n a? (U E -0 c SW sands, little or no fines Z > E C = ----- greater than 6: Cr=-------------- between 1 and 3 D10 D10 X Dso Lc) E U) (n � �o C c a`6i aoi M m Poorly graded sands; v SP gravelly sands, little or no c°', Not meeting all gradation requirements for SW a)(6 U, fines o w m n '5 CU n C M ) O QN N LO O o ; � C5 Silty sands, sand -silt U a-) Liquid and Plastic limits a SM mixtures (V 3 below "A" line or P.I. less Liquid and plastic limits m z ��(n L a o o o than 4 plotting between 4 and 7 w o ° J LO are borderline cases Liquid and Plastic limits requiring use of dual 0 SC Clayey sands, sand -clay � .� above "A" line with P.I. s mbols y a Q mixtures a� a N �, �, greater than 7 0 U Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey U) co silts with slight plasticity > L Inorganic clays of low to T, CL medium plasticity, gravelly o clays, sandy clays, silty clays, and lean clays 5 o Z to CH s OL Organic silts and organic silty 4 X �, -- clays of low plasticity o U) m E w 30 :N o Inorganic silts, micaceous or LO MH diatomaceous fine sandy or a OH ar d MH silty soils, elastic siltsfn .P m m w 2 U_ E L) CL o m CH Inorganic clays of high 1 70- a' plasticity, fat clays CU E (n - 7 4 ML aid OL C -ML a Organic clays of medium to 0 7 OH high plasticity, organic silts o 10 zo 30 40 50 60 70 $o so 100 Liquid Limit Co .`� Peat and other highly organic Plasticity Chart " U)Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES 00 0 o 0 0 GRAVEL LEAN CLAY LIMESTONE SHALE • •• SAND • ••� SANDY — SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf; Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained SOIIS (More than 50% Retained on No. 200 Sieve) Penetration Resistancc Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 /-Ik dT Project No. Boring No. Project Channel Refurbishment %—iviJ 110-19-114 B-1 Fort Worth, Texas Location Water Observations See Plate A.1 None during drilling, Dry at completion Completion Completion Depth 20.0- Date 8-15-19 Surface Elevation Type NA B-53 0 c _ W O N a N O o o o x 'Op C C U- -p O. O Stratum Description O .S o C � j LL .2 CD o (n N W 8 o U o 0 yCD L.L 3 y> N fA Mn OU E W C'J C O O In c N 7 L7 N N O C 7 C O O Co 0- H 0- (n J d 0- -J U [- CLAY (CH), dark brown, w/ limestone gravel, 4.5+ 15 calcareous nodules and deposits, hard (FILL) 4.5+ 16 4.5+ 6 w/ brown and light brown below 3 feet 4.5+ 57 55 15 40 12 123 CLAY (CH), light olive brown, brown and gray, w/ 4.5+ 14 108 6190 occasional calcareous nodules and deposits and 5 occasional limestone fragments, hard 4.5+ 87 14 GRAVELLY CLAY (CL), tan, firm 1.25 15 117 1870 10 CLAY (CH), light olive brown, brown and gray, w/ occasional calcareous nodules and deposits and some gravel, hard SHALY CLAY (CH), tan, gray and olive brown, w/ 4.5+ 21 calcareous nodules, very stiff to hard 15 4.5 23 BORING TERMINATED AT 20 FT 0 c� U a O v m 0 C7 Z O m O gOG OF BORING NO. B-1 PLATE A.4 /-Ik dT Project No. Boring No. Project Channel Refurbishment t lvlJ 110-19-114 B-2 Fort Worth, Texas Location Water Observations See Plate A.1 None during drilling, Dry at completion Completion Completion Depth 20.0' Date 8-15-19 Surface Elevation Type NA B-53 0 c _ W O N a N O o o x 'Op C C LL -p O. O Stratum Description O .S o C � j LL .2 CD o U) N W 8 o U o 0 yCD L.L 3 N fA OU W C'J C O O In y >7 cp N L7 N N Mn O C E 7 C O O m0_H 0_(n J d d -J QUO CLAYEY SAND (CS), brown, w/ gravela and limestone 13 fragments (FILL) CLAY (CH), dark brown and light brown, w/ occasional 4.5+ 89 53 19 34 12 limestone fragments and clayey sand, hard (FILL) 4.5+ 12 4.5+ 11 . LIMESTONE, tan, fractured, hard to very hard 100/11, 3 5 CLAY (CH), light gray and light reddish brown, w/ occasional limestone fragments and iron stains, stiff to very stiff 3.0 21 107 4500 SHALY CLAY (CH), tan, gray and olive brown, w/ 4.5+ 66 21 45 21 110 calcareous deposits and limestone fragments, stiff to 10 hard 2.75 24 15 4.5+ 23 BORING TERMINATED AT 20 FT 0 c� U a 0 Z z W O m O gOG OF BORING NO. B-2 PLATE A.5 /-Ik dT Project No. Boring No. Project Channel Refurbishment t lvlJ 110-19-114 B-3 Fort Worth, Texas Location Water Observations See Plate A.1 None during drilling, Dry at completion Completion Completion Depth 20.0' Date 8-15-19 Surface Elevation Type NA B-53 0 c _ W O N a N O o o x 'Op C C U- -p O. O Stratum Description O .S o C � j LL .2 CD o U) N W 8 o U o 0 yCD L.L 3 N fA OU W C'J C O O In y >7 cp N L7 N N Mn O C E 7 C O O m0_H 0_(n J d 0- -J QUO CLAYEY SAND (CS), brown, w/ some gravel and 15 organics, (FILL) CLAY (CH), dark brown and brown, w/ limestone 4.5+ 13 fragments, fine sand and organicsl, hard, possible fill w/ calcareous nodules from 2 to 3 feet 4.5+ 87 54 14 40 14 CLAY (CH), light brown, gray and tan, w/ limestone 4.5+ 16 110 14630 fragments, occasional calcareous nodules and deposits, stiff to hard 2.75 88 57 15 42 22 5 2.75 22 105 5370 - with gravel below 9 feet 2.25 24 10 SHALY CLAY (CH), tan, gray and olive brown, w/ calcareous deposits and limestone fragments, stiff to hard 2.5 28 15 4.5+ 23 BORING TERMINATED AT 20 FT 0 c� U a 0 Z z W O m O gOG OF BORING NO. B-3 PLATE A.6 Particle Size Distribution Report C C O O O C C C C C C O O O O O O O V O (D V) N \ (+) 43 100 I I I I I I I I I I I r 90 I I I I I I I I I I I I IINS I I I I I I I I I I I I I I I I 70 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 w so-- I I I I I I I I I I I I I I Z I I I I I I I I I I I I I Z 50- I I I I I I I I I I I U W 40- a' I I I I I I I I I I I I I I 30 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 - 20 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 10 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 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % +3" % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0 1.1 2.0 7.2 44.5 42.2 LL PL Dgr, Dram Dg n D3n D DIn C C 0 0.0590 0.0058 0.0031 Material Description USCS AASHTO 0 Project No. 110-19-114 Client: Baird, Hampton & Brown Remarks: Project: Channel Refurbishment - French Lake Dr - FTW, Tx. o Depth: 7-8 Sample Number: B-1 PLATE A.7 CMJ ENGINEERING, INC. Fort Worth. Texas Particle Size Distribution Report O O (O M N \ � O N M V (O N 100 I I IT I I I I I I I I I I I I 90 I I I I I I I I I I l l l i I I I I I I I I I I I I I I 80 - -�- I t I _ I I I I I _ I I I I rtI I I I T - - 70 — I �-- I I I I I I I , I I I I I I I I I I - I I I t I I I I I I Lit I - 60 w ? I I I I I I I I I I I I I LL I I I I I I I I I I I I I Z 50 W I I I I I I I I I I I I W 0- 40 I I I I I I I I I I -� I I I I 30 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 - - 20 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 - --- 10 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 o I I I I I I I I I I I ! I I I — — — --- 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. % Gravel % Sand % Fines +3„ Coarse Fine Coarse Medium Fine Silt Clay 0I 0.0 0.0 0.7 1.1 2.0 8.4 40.4 47.4 LL PL D Drn D D30 D1,r, DIO C C 0` 0.0525 0.0055 0.0025 f � II I Material Description USCSAASHTO 0 I Project No. 110-19-114 Client: Baird, Hampton & Brown Remarks: Project: Channel Refurbishment - French Lake Dr - FTW, Tx. o Depth: 4-5 Sample Number: B-3 CMJ ENGINEERING, INC. PLATE A.8 Fort Worth Texas FREE SWELL TEST RESULTS Project: Channel Refurbishment Fort Worth, Texas Project No.: 110-19-114 Depth Liquid Plastic Plasticity Moistureo Percent Boring Interval Sample Limit Limit Index Content /o Swell No. (ft) Description LL PL PI N Initial Final B — 1 3-4 Clay 55 15 40 12.4 20.5 8.4 B — 2 9 — 10 Clay 66 21 45 20.8 36.3 4.2 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.9 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 3/11 /2020 B2Gnow CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M & C" BEFORE LAW DEPARTMENT AND CITY MANAGER APPROVAL To: Department Project Manager From: Office of Business Diversity Date: March 11, 2020 In the Amount of: $273,866.25 02717 DOE/Project No. Project/Bid: Candleridge Park Erosion Control Improvements 1. Compliance with the City's Business Diversity Enterprise (BDE) Ordinance has been achieved by the following method: C.Green Scaping, LP is in compliance with the City's BDE Ordinance by committing to 4.00% MBE participation and documenting good faith effort. C.Green Scaping, LP identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 16%. Additionally, C.Green Scaping, LP is a certified M/WBE firm. https://fortworth.diversitycompliance.com/FrontPage/DiversityMain.asp?XlD=635 1/1 FORT WORTH City of Fart Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid, MBE PROJECT GOALS The City's MBE goal on this project is 16 % of the base bid value of the contract. Nate: If both MBE and 58E subcontra01nn goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Corm to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed andlor emaiied copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date, stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p,m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date, 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p,m„ on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening,date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BiD BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Rev. 5115119 Email: mwbeoffice@fortworthtexas,gov Phone: (817) 392-2674 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Office of Business Diversity IVIBE Subcontractors/Suppliers Utilization Form C. Green Scaping, LP Candleridge Park Erosion Control Improvements a o' ° s MBE Project 16 ommitmenr. Check appticable box to describe offeror's Certification MIVVlD(3E NON (WIDBE BID DATE 2/27/2020 CO2717 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2'00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered Is'tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those- dollars towards meeting the contract committed goat. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency tNCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (DIFVV MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed awns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2113119 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be cnunted to meet an MBE goal. N Sl.1RC ONTRAC TO RfS U PP LJER Company Name T rv9 W n Detail Detail Address i g B Subcontracting Supplies Dollar Amount TelephonelFax E M Work Purchased Email B Contact Person E Hanes Geo PO Box 60984, Charlotte, NC 28260 Wilson, 817-471-6917 �j I I El Pyramat turf mat, gabion mattresses, fiexamat with anchor $ 35,000.00 CAPA Concrete, Inc. 4460 Langdon Rd. Dallas, TX 75241 469-802-6259 ❑ Concrete supplier $ 9,70Q.00 capaconcrete�7a con 1 Yocasta Carrion J. Munoz Trucking, LLC Sergio Munoz 817-916-8053 ❑ Trucking firm - Note he will only $ 2,500.00 sergio@jmunortrucking.co rt be needed if our truck is out of ser ice Living Earth PO Box 6601919 Dallas, TX 75266 817-624-7830 Paul Tomaso Buyers Barricades P❑ Box 733729 Dallas, TX 75373 817-535-3939 DBE Firm ❑1❑ Topsoil supplier 1 $ 5,000m ignage, barrica s T $ 1,500.00 Rev. 5/15119 FORTWORTH ATTACHMENT �'� Page 3 of 4 Offerors are required to identify ALL subcontractors/suppl-iers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER Company Name T W n Detail Detail Address i g B Subcontracting Supplies TelephonelFax e E E M Work Purchased Dollar Amount Email r B Contact person E nu nu XMILE uo n� {}Hj'p'l' ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ $ 12,200.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ $ 41,500M TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 53,700.00 The Offeror will not snake additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of ChangelAddifion forin. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures Outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror fur-ther agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBEs) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBEs) on this contract, by are authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year, Authorized Sigiyalure Project Manager Titre C- Green Scaping, LP Company Name 2401 Handley Ederville Rd Address Ft. Worth Tx 75118 CitylStatelZip Office of Business Diversity Email: mwheoffoce@fQdworthtexas,gov Phone: (817) 392-2674 Stacy Geigenrniller Printed signature Contact Name/Title (if different) 817-577-9299 / 817-577-9331 fax Telephone andlor Fax sgeigenr-niller@greenscaping.com Email Address 3/2/2020 Date Rev. 5115fig FORT WORTH City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable box to describe Offerar's Certification C. Green Scaping, LP MIUVIt][3E NDN-M1llVIt7t3L: PROJECT NAME: BID DATE Candleridge Park Erasion Control Improvements 2/27/2020 City's MBE Project Goal: Offeror's MBE Prolect Commitment: PROJECT NUMBER 4 % 16 % CO2717 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bDih answers are yes. Failure to complete this form in its entirety and be received by the Purchasina Division no later than_2:00 m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBEs) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any gooks, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City, Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. P IF Project Manager 'Title C. Green Scaping, LP Company Name 2401 Handley Ederville fed Address Ft. Worth TX 76118 CitylState/Zip Stacy Geigenmiller Printed Signature Contact Name (if different) 817-577-9299 / 817-577-9331 Phone Number Fax Number sgeigenmiller@greenscaping.com Email Address Date 3/2/2020 Office of Business Diversily Rev. 5/15119 Email: mwbeoffice@fortworlhtexas.gov Phone: (817) 392-2674 ATTACHMENT 1C Page 1 of 4 Fo RT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification C. Green Scaping, LP lvl/V /DBE NON-MMIQBE PROJECT NAME: BID DATE Candleridge Park Erosion Control Improvements 2/27/2020 City's MBE Project Goal: Offaror's MBE Project Commitment: PROJECT NUMBER 4 % 16 % CO2717 If the offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.j Please list each and every subcontracting andlor supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. iDO NOT LIST NAMES OF FIRMS] On all projects, the Offeror mast list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting opportunities List of Supplier opportunities Retaining Wali Concrete Redi-Mix Gabion Installer Truck/hauling - if our truck breaks dawn -� ACB Block Installer Erosion Material Tun` Reinforcement Matt Rev. 5115119 ATTACHMENTiC Page 2 of 4 2,) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors andlor suppliers from the City's Office of Business Diversity. ® Yes Date of Listing /1 7/2a24 ❑ No 3.) Did you solicit bids from MSE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ® Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of fetter mailed.) ❑ No 4.j Did you solicit bids from MSE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ® Yes (If yes, attach list to include name of MBE firm, person contacted, phone numher and date and time of contact.) ❑ No 5.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed. at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, If the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confifmation andlor "undeliverable confirmation" No documentation may render the GFE non -responsive.) ❑ 6.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor "undeliverable message" documentation may No render the GFE non -responsive.) ❑ NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement, NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 6. 7.y Did you provide plans and specifications to potential MBEs? Yes ❑ No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? ® Yes ❑ No Rev. 5115/19 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? (it yes, attach the information that was not valid in order for the office of Business Diversity to address ® Yes the corrections needed.) see excel spreadsheet With good faith effort notes No 11.)5ubmit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. 1n the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-came►a access to an inspection of any relevant documentation by City personnel. (Pie se use additional sheers, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection DITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. Greed Scaping can self peforrn all scopes of work within this project. However, to give other MBE Irms an opportunity, we reached out toWorth Ice for a list ot sub -contractors as well as suppliers in the areas of need. Two sub contracting fields Gabion and ACB Installer No MBE firms were provided. As for the other areas, you'll find attached our spreadsheet showing Good Faith Effort and notes. We were able to find a concrete supplier, although not enough concrete will be needed to meet the goal- -in addition, there is a "chance" we- coijid iise a tri-ickong fi[m, but QnlV if Our trucks arP not operating. Please feel free to reach out to me with any questions. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment frorn participating in City work for a period of time not less than one (1) year. Rev. 5/15119 ATTACHMENT IC Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. F " jn A uthori zed',S ig nature Project Manager Title C. Green 5caping, LP Company Name 2401 Handley Ederville Rd Address Ft. Worth TX 7E118 CitylStatelzip Office of Business Diversity Email: mwbecffice@fortvvorlhtexas.gov Phone: (817) 392-2574 Stacy Geigenmiller Printed Signature Contact Name and Title (if different) 817-577-9299 1 817-577-93 31 Phone Number sqeigenmiller@greenscaping.com Email Address 3J212020 Date Fax Number Rev. 5f15119 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form Afl questions must he anstvered, use "NIA" if not applicahle. Name of City project: nn must he completed on each project UP/Bid/Project Number: _ L Joint venture information: Joint Venture Page 1 of 3 Joint Venture Name: N/A Joint Venture Address: (If applie (lb le) Telephone: Facsimile: E-mail Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm na me: Business Address: N/A Business Address: N/A_ City, state, Zip: City, State, "Zip: 'telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status, Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the cope of work of the non -MBE: ]A - Rev. 5/15/19 N/A Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this ,joint venture that you wish to he counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List Components of ownership of joint Venture: {Do nol cotnplele rf /his iiformalion is described in johif van fure agreeiven1) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sea and firm those individuals [with titles] who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -- __ b _Marketing and Sales - u c, _ Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Office of Business Diversity will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5115119 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -malting responsibilities and payments herein. The City also reserves the sight to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is gi-ounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name ofOwaer N/A Primed Name of Owner N/A Signature of Owner Signature of Owner Printed Name ofOwner Printed Naine of Owner Signature of Owner Signature of Owner Title Title Dau! Bate State of On this Notarization County of day of , 20 , before ire appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their fi-ee act and deed. Notary Public Prins Name N/A Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffuce@fortworthtexas.gov Phone: (817) 392-2674 fserrq Rev. 5115119 FORT WORTH. February 17, 2020 Stacy Geigeorniller C. Green Scaping. LP 2401 Handley Ederville Rd. Fort Worth, Texas 76118 Dear Ms. Geigenmiller: This is in response to your request for the attached listings to assist your company in seeking and utilizingMIN-sub-contractors and/or suppliers: C2n1ractor Opportunifias R to Retaining Wall Asphalt Gabion Installer ACB Installer Turf Reinforcement Mat Supplier Opportunifies Requested Concrete Redi-Mix Trucking/ Hauling Erosion Material Limestone Rock for Gabion Mattress Contractor Opportunities Provided 238110: Retaining wall 238140: Retaining wall, masonry 237991: Retaining walls construction 238990: Asphalting No 1' BE firms provided No MOrz firms provided 238990: Turf, artificial installation Supplier Opportuniti2§ Provided 327320: Ready --Mix Concrete Mfg. & Distributing 484220: Dump Trucking 423390: Slit fence and other fabrics merchant wholesalers No i` BE firn-is provided The attached listings can be utilized up to two months from the date of this letter, per City of Fort Worth's Business Diversity Enterprise Ordinance #20020-12-2011. If additional commodities are needed within this 2-month period, please contact this office and your request will be processed immediately. Thank you for your interest and if we can be of further assistance, feel free to contact us at (817) 392-2674. Sincerely, erlxw �le�w.�.0 nd Administrative Technician Economic Development Department Office of Business Diversity ECONOMIC DEVEI,OPMENT DEPARTMENT OFFICE OF BUSINESS DIVERSITY THE CITY OF FORT WORTH * 200 TEXAS STREET * PORT WORTH, TEYLAS 76102 Phone (817) 392-2674 * Fax (817) 392-2681 car m r r -I - CD 0 ro rLA 1 J! �, ,n 7-3 4o 4 ' j r CD Ln cl r-h Co Z3 3 T � fD c1 i h r%j � dl � y+ rP co i L i (-�.� rD C f 7 t 1 ro rD ,, rn L4 in d a a Di f i n H o oi 3 �i -0C f� }ZI a fT1 n n CD C O �. v, an rD 0-1 n 3 C] rD 3 O1. Iti 1 C: o ,., � o o N { ro f� , ¢7 U o f3m co ni O ,Ci Di co n o n a a 3 o 7 n 3 ..- q 0cw Fes-+ rD F-n o- F� p CDa _ Q t nJ Z3 + o n O• aj - DJ cn rn °' — rD o E 3 OJ r4 (a a v -0 Q 3 I n Cl_ -= o D Q �-r o- 73 FD (P) Ln J [l] rJ �f7 o `a - En �t{ n eD, z rD O o I�j �y n o .-r o � 1 � Illl ► C)CD V U rD �--• � P 4 C) CL fU Fes.. • �,, • �• J cn CD O Cu O w-+ rn�D rn ;' V rfi F-' SD p r-+ V) p n l.el (D Lr5 Ln aj La u i C o rD : -u -� LO ��l � it rD a, � n m ri in w rD cis I� co Lo rD CC7�5,) a IN : Ln r r m �' D - rt _0rEI p I� I- n, < 3 5 • r O �. �• ��) O rn 0 U-1 ❑ 0- rD �. Q a ) N = or :- �4 n G n, o ° 77 �E .. O co - q E3 n yJ� • Ln ti C) r+ rD 1- 10 -1 n :� C ul r7 T; yf ` p O ry 3 r fElj E rj 3 n J CD Di Q O =•co o f 1 ��Q-;� O ', EC 3 O l0 N . F-s L.-- al O fol) O IV O -ems C C :3 C r r Lo (F N to rD :33 '0 't 1 O fD �9. --I'- Q ,,A 6 raO y � 0 Z3 0 C hl C un I ❑1 lO - F Q 0 � Fi a _ � IGZi iv37D -!D q��C LDS+ �rfi•i� DIN1WHE HFDR26659YII2 9 and Small Business Enterprise GREEN SOAPING JJ6J Grass Establishment • Erosion Control - Wetland [development • Mitigation • Biotechnical Embankment INVITATION TO BID PROJECT: City of Fort Worth — Candleridge Park Erosion Control Improvements; # CO2717 BID DATE: February 27, 2020 at 1:00 pm YES, WE WILL SUBMIT PROPOSAL. 0 NO, WE ARE NOT BIDDING THIS PROJECT Supplier and Sub Contracting Opportunities Includes: Concrete Redi-Mix, Trucking/Hauling, Turf Reinforcement Mat, Gabion Mattresses, Retaining Wall, Articulated Stone Block Install Plans and Specs are located via the City's website link below: htt :Ilfort►vorthtexas, ovl urchasin "Scroll down the page till you find the job #CO2717: Candleridge Park Erosion Control Improvements and Click the Link which will take you to the Plans and Specs** COMPANY NAME: CONTACT PERSON: CONTACT PHONE NO: - E-MAIL ADDRESS: ----------------------------: FAX NO: --------------------------- YOUR RESPONSE IS APPRECIATED If you are a MINORITY WOMEN BUSINESS ENTERPRISE (MBE) Contractor or Supplier, please include a copy of you Certification with your quote, PLEASE NOTE IF YOU ARE BONDABLE AND SUPPLY THE BOND COST AS A SEPARATE ITEM WITH YOUR QUOTE CONTACT: Stacy Ceigeniniller (P) 817-577-9299 (F) 817-577-933I E-MAIL ADDRESS: s ei =enmiller acgKeenscaping.con1 Nla2s LeOtv- +0 M i2--> E b sjl DIMIWBE HFDB26659Y1119 and Sma'l[Bustness Enterprise GREEN SCAPIN G JJ6J Grass Establishment - Erosion Control • Wetland Development • Mitigation • 6iotechniral Embankment February 17, 2020 Flatwork Construction, LLC Attn: Estimator 1945 Courtside Drive Dallas, TX 75051 RE: ITB - City of Fort Worth Candleridge Park Erosion Control; CO 2717 Estimator, We are bidding on the above mentioned project for the City of Fort Worth on February 27,2020 and would like to know if you are interested in sending us sub quotations for any of the below scopes of work found within this project: - Concrete Redi- Mix - Trucking or Hauling - Turf Reinforcement Mat - Gabion Mattresses - Retaining Wall - Articulated Stone Block Plans and Specs are located via the City's website link below: littU:11fort►+-orthtexas.goN1purchasine/ **Scroll down the page till you find the job #CO2717: Candleridge Park Erosion Control Improvements and Click the Link which will take you to the Plans and Specs** Note - The bid date is February 27, 2020 at 1:30 pin, therefore we'll need all quotes in by end of business on February 26, 2020, Please feel fi-ee to contact me with any questions regarding this bid. Your response is greatly appreciated! Thank you, Stacy ICieen iller Project Manager sgeigenmil lerCgreenscaping. cam 2401 Handley Ederville Rd. - Ft. Worth - Texas - 76118 817-577-9299 c O X X N U 3 IP X Q N O N W N N d 9 A o w z U Q n n O � E z O O � N a � F- N o \ � Y �O 0 n 0 �?! uM1i vM1i vmi e �n a O = " ;4 ri A j W E J& @ U a � m E mJ E W C 3>>>> X ❑ 0 0 r❑v o o N o oN a❑ o > W CO W N rl ei H X H N N� N N N N N ii f\V O O d 0 0 C 3 N 3 0 3 3 3 3 c c= c c c 0 0 0 t7 0 0 0 0 Z Z Z Z Z Z Z Z a X X X X X X X X X X X X X X X X X X X X X X X X X X X X E a E E o f E E u o 0 0(aj S o °_ y@ E o o > c m o o r E °E° Ua o o ao ?@ e �° > Ua 0 r E _ c� Cal u m o °u @ x t .m N } ° A c (dj aEo w a o rpo E z' m e o c= m @� @i m @j o? v c r@1 W @J (Rj y r i° @1 a m " i = '° m 2 "°� u o u d 'J c E N a ro io E A ci u m l7 r l0 n 00 O Vl �-1 �p N V u1 M M1 b h N H .ti � M m c w m m ❑ m m m m m o ti m M N M O 1V i N O M O V1 m lmD p .md n T vQj T N cp O m In N tan N 00 N M1 m N ul M bo oo 00 _ oo yM1, V a_ o_ a v w oV N_ m N ro ` m c0 e0 co ❑ H in ❑ ❑❑ N vi c0 0o H n m io a Q m v o m m io 00 ID �n N a M1 n n M1 n a n ID n oo m �n .� M M1 w o, Ln o N :+ co ca �p m m o n ❑ M .+ N N N m M1 m M1 m a m a M1 M1 H m T ❑ lD O N N In rl m N m �O ❑ a m O m �D o W o m o OI N m lD V V N V rl O m V •i 1p V� m m vt tp m O N 1� m v m 9� N O N m m m m 0 0 a -I ul n n v m m n N m m m m oo m Lo .a w O M1 m m o w m 00 m m n �O m M1 N a T Vt N N to w w w M1-7 N m a M1 m a t0 m 1!1 w n f to m �D = V V M1 M1 n r a O a n N m N f� VH n n m� N m VH M1 M1 M1 C N m M1 M1 a �D �D p eti �-i eti H e-I H N C rl n �O H H ip M1 O H H �-I e-0 M1 1p a-1 H .i R OD r N C N a W W v N 00 m 0 00 0] N 0_0_ OV v OYl a V YO W N m 00 00 �. O C j H J o p0 J i' J m = C7 W w J a c J U 0 Y -II C OO u E J H m r e u c w _ E co c. a c E tG Y a no p Y Y j M Q Y Y C J '„"p, 2 �[ C u C Q E L c n H ro Eoff c= m t :! m w c o w ' uo0 U O W ii l7 l7 2 J �2 O o_ i� y Z z , � Y � F Q O Y � O � c O oWc z w J = 3 x Z~ 3 E E 4 C ul Vi 3: O Y N N v z > m 3 6i m a¢ NtzE v E E W > > Z Z 2 L r- 4, N N N N w N m ti G � N N ti ~ N N \ n o is 4 N N N N C � w ` u � c n o x 3 l7 0 X X x x m n rnn x x x E E E ° E$ m v i• @j v aEo u E Y E E E ` s cu m E N o @i Ln N W N oo -o w W VI O N GO V LD M w Lo Ua1 Ln r N aN 01 4!1 V1 t!1 •i e'I (O tlt lD v) O) N A N v a a coo a n 00 0o ro w m v m a G 3 d U ti c 9 U � O J m x u 0 u E E 2 Q Y W U N U w C. c E E ^ Q, � E a -y > m u v E 0 u 0 u a W N oo a O1 mo a A C 'o w d pc u �QC N N Q m u x o 0 1. n E n ° E t L a � � N N a S C 0 o`Oo O D O m O n O Ot •i to m W N w n m N On1 o 'm ob ° v -a O N E E a - 0 of ci != v o „ v! - (dj (3j 0 Y a -O a C O m ; o a aU °' o E E c c ° E o _ E o r o C 3 IO E 3 3 2 m 2 3 +t+ OL4• 3 « aL+ L O O z z l0 N m �n C^ W v � v R M M allo Wi lo O a m N N N N DD 05 DO x x x ° v C ate+ U N n 4 �v E v a � y c L C IO a m ° 3 3 c x x x x x x O S i r 3 Z x x E 0 o � c m m C b C a N cp n N W W V � W n N N � m H � W ill U O acn C W N 0! m R rj GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pum $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 integrated environmental solutions 12 December 2019 Mr. Konstantine Bakintas P.E. Baird, Hampton & Brown 3801 William D. Tate; Suite 500 Grapevine, Texas 76051 Re: Waters of the United States Delineation and Section 404 Permit Assessment — Candleridge Park An 88-Acre community park located at 4301 French Lake Drive in the City of Fort Worth, Tarrant County, Texas. Dear Mr. Bakintas, Integrated Environmental Solutions, LLC. (IES) performed a site survey to identify any aquatic resources that meet a definition of a water of the United States on an 88-acre community park, Candleridge Park, at 4301 French Lake Drive, in the City of Fort Worth, Tarrant County, Texas. (Attachment A, Figure 1). This report will ultimately assess and delineate potentially jurisdictional aquatic resources to ensure compliance with Sections 401 and 404 of the Clean Water Act (CWA). INTRODUCTION Waters of the United States are protected under guidelines outlined in Sections 401 and 404 of the Clean Water Act (CWA), in Executive Order (EO) 11990 (Protection of Wetlands), and by the review process of the Texas Commission on Environmental Quality (TCEQ). Agencies that regulate impacts to the nation's water resources within Texas include the U.S. Army Corps of Engineers (USACE), the U.S. Environmental Protection Agency (USEPA), the U.S. Fish and Wildlife Service (USFWS), and the TCEQ. The USACE has the primary regulatory authority for enforcing Section 404 requirements for waters of the United States. The definition of waters of the United States, in 33 Code of Federal Regulations (CFR) 328.3, includes waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, wetlands, sloughs, wet meadows, or natural ponds and all impoundments of waters otherwise defined as waters of the United States. Also included are wetlands adjacent to waters (other than waters that are themselves wetlands). The term adjacent is defined as bordering, contiguous, or neighboring. Jurisdictional wetlands are a category of waters of the United States and have been defined by the USACE as areas that are inundated or saturated by surface or groundwater at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Waters of the United States are defined in 33 CFR 328.3 (a), 13 November 1986, as: 1. All waters which are currently used, or were used in the past, or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; 2. All interstate waters including interstate wetlands, 3. All other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds, the use, degradation, or destruction of which could affect interstate or foreign commerce including any such waters: Integrated Environmental Solutions, LLC. ' 610 Elm Street, Suite 300 McKinney, Texas 75069 www.intetivsol.com Telephone: 972.562.7672 Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 i. Which are or could be used by interstate or foreign travelers for recreational or other purposes; or ii. From which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or iii. Which are used or could be used for industrial purposes by industries in interstate commerce; 4. All impoundments of waters otherwise defined as waters of the United States under the definition; 5. Tributaries of waters identified in paragraphs (a)(1)-(4) of this section, 6. The territorial seas; 7. Wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a)(1)-(6) of this section. On 05 June 2007, the USACE and the USEPA issued joint guidance on delineation of waters on the United States based on the U.S. Supreme Court decisions in Roponos and Carabell. Under this guidance, potential waters of the United States have been classified as traditional navigable waters (TNW), relatively permanent waters (RPW) (i.e., having flow most of the year or at least seasonally), or non-RPWs. This guidance states that TNWs and RPWs and contiguous or adjacent wetlands to these aquatic resources are waters of the United States. Wetlands that are bordering, contiguous, or neighboring another water of the United States is considered adjacent. Additionally, wetlands that are within the 100-year floodplain of another water of the United States are also considered adjacent. Non-RPWs, wetlands contiguous or adjacent to non-RPWs, and isolated wetlands must undergo a "significant nexus" test on a case -by -case basis to determine the jurisdictional nature of these aquatic resources. Under the "significant nexus" test a water feature must have substantial connection to a TNW by direct flow, or by indirect biological, hydrologic, or chemical connection. Under the "significant nexus" test the USACE District Engineer must submit the jurisdictional determination (JD) to the regional USEPA office, which makes the decision whether to move the JD to Headquarters USACE to make the final determination. The new guidance does not void the January 2001 decision of the U.S. Supreme Court in Solid Waste Agency of Northern Cook County (SWANCC) v. USACE which disallowed regulation of isolated wetlands under the CWA through the "Migratory Bird Rule." Previously, the USACE assumed jurisdiction over isolated waters of the United States based on its 1986 preamble stating that migratory birds used these habitats. The "Migratory Bird Rule" provided the nexus to interstate commerce and thus protection under the CWA. However, the new guidance does require that the "significant nexus" test be performed in addition to an analysis of other potential interstate commerce uses for isolated waters. METHODOLOGY Prior to conducting fieldwork, the U.S. Geological Survey (USGS) topographic map (Attachment A, Figures 2A and 26), the Soil Survey of Tarrant County, Texas, and the U.S. Department of Agriculture (USDA) Natural Resources Conservation Service (NRCS) digital soil databases for Tarrant County (Attachment A, Figure 3), the Federal Emergency Management Agency (FEMA) Flood Insurance Rate Map (FIRM) (Attachment A, Figure 4), and historic aerial photographs of the proposed survey area were studied to identify possible aquatic features that meet the definition of waters of the United States and areas prone to wetland development (Attachment C). Mr. Pat Donohue and Ms. Sarah Grubbs of IES conducted the delineation in the field in accordance with the USACE procedures on 03 December 2019. Wetland determinations and delineations were performed on location using the methodology outlined in the 1987 Corps of Engineers Wetland Delineation Manual and the Regional Supplement to the Corps of Engineer Wetland Delineation Manual: Great Plains Region (Version 2.0). The presence of a wetland is determined by the positive indication of three criteria (i.e., hydrophytic vegetation, hydrology, and hydric soils). Potential jurisdictional boundaries for other water resources (i.e., non -wetland) were delineated in the field at the ordinary high-water mark (OHWM). The 33 CFR 328.3(e) defines OHWM as the line on the shore/bank established by flowing and/or standing water, marked by characteristics such as a clear, natural line impressed on the bank, erosion shelving, changes in the character of soil, destruction of terrestrial vegetation, presence of litter and debris, or other appropriate means that consider the characteristics of the surrounding areas. Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 Paae 3 Water feature boundaries were recorded on a Trimble GeoExplorer XT Global Positioning System (GPS) unit capable of sub -meter accuracy. Photographs were also taken at representative points, and their locations recorded, within the survey area (Attachment B). Historic aerial photography used in the jurisdictional determination of some aquatic resources is included in Attachment C. RESULTS Background Review The USGS topographic maps (Benbrook 7.5' Quadrangle, 1959, revised 1974 and 2019) illustrate one blue line feature, an unnamed tributary of Sycamore Creek and one large, on -channel impoundment within the survey area. The unnamed blue line feature is illustrated entering the westernmost boundary of the survey area with an overall southwest -to -northeast orientation, flowing into the impoundment, and ultimately exiting through the northeastern boundary. The on -channel impoundment is illustrated across the majority of the eastern portion. The overall topography of the site was illustrated as converging hillslopes on a drainage corridor. The maximum elevation of the project site was approximately 820 feet above mean sea level (amsl) and a minimum elevation of approximately 800 feet amsl (Attachment A, Figures 2A and 213). The Soil Survey of Tarrant County, Texas identifies one soil map unit within the survey area: Sanger -Urban land complex, 1 to 5 percent slope. This soil map unit was not listed on The Hydric Soils of Texas list prepared by the National Technical Committee for Hydric Soils (accessed 26 November 2019, Tarrant County, Texas) (Attachment A, Figure 3). The FEMA FIRM (Tarrant County; Map Panel 48439CO295K; effective 25 September 2009) shows most of the survey area to be within Zone A (Special Flood Hazard Areas subject to inundation by the 1% annual chance flood). The southeastern edge of the survey area is located within Zone X Shaded (Areas of 0.2% annual chance flood; areas of 1% annual chance flood with average depths of less than 1 foot or with drainage areas less than 1 square mile; and areas protected by levees from 1% annual chance flood) (Attachment A, Figure 4). Historic aerial photographs from Environmental Data Resources, Inc. (EDR) were reviewed to help determine the jurisdictional nature of the features within the survey area (see Attachment C). Below is a summary of each year's historic images as they relate to aquatic resources. 1942-1973 —The survey area consists of a large drainage course, while the surrounding properties appear to be used for agriculture activities. One tributary is observed in the western portion of the survey area with a large on -channel impoundment in the eastern portion of the survey area, similar in location to the USGS topographic maps. Evidence of confined flow is observed in the southernmost portion of the survey area with an overall south -to -northeast orientation. Some erosion features or hillside scours are visible in the areas surrounding the main drainage course, but these features do not appear to form distinct channels. 1979 — Most of the surrounding properties have been developed into residential areas with homes and associated infrastructure. The main drainage course appears to retain more water as a result of stormwater runoff. Color signatures indicate the excavation of a linear drainageway in the southernmost portion of the survey area where evidence of confined flow was indicated from 1942 to 1973. 1984-2016 — The survey area has been transformed into a park with sidewalks connecting to the surrounding residential area. Natural succession occurs within the survey area as color signatures indicate the presence of landscaped trees becoming larger over time with a maintained understory. Areas outside of the survey area have been completely developed. The tributary and large on -channel impoundment appear to remain the same. The drainageway in the southernmost portion appears to be maintained to drain stormwater from the surrounding areas. Field Investigation The survey area was characterized as a maintained urban landscape and park with planted trees along sidewalks and roadways. The maintained urban park vegetation community was dominated by Bermudagrass (Cynodon dactylon) with scattered live oak (Quercus virginiana), bur oak (Quercus macrocarpa), Shumard's oak (Quercus shumardii), bald cypress (Taxodium distichum), black willow (Salix nigra), and eastern redcedar (Juniperus virginiana) trees. Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 Paae 4 Scattered black willow trees with Johnsongrass (Sorghum halepense), rattlebush (Sesbania drummondii), spreading hedgeparsley (Torilis arvensis), willow baccharis (Baccharis salicina), and giant ragweed (Ambrosia trifida) were observed along drainageways in the western and southcentral portion of the survey area. The overall topography of the survey area was oriented southwest -to -northeast. Water from the survey area ultimately flows northeast towards Sycamore Creek. Sycamore Creek flows into the West Fork Trinity River which ultimately flows into the Trinity River, a TNW. The survey area contained two tributaries and one pond at the time of the field evaluation. Table 1 and the following paragraphs detail the aquatic resources identified within the survey area. Table 1. Aauatic Resources Identified within the Survev Area Water Identification Hydrology Characteristics Area (Acre) Length I (Linear Feet) Tributary 1 Intermittent 0.33 1,718 Tributary 2 Intermittent 0.03 322 Pond 1 Permanently Inundated 4.22 --- Tributary 1 was identified in the western portion of the survey area with an overall southwest -to -northeast orientation. Tributary 1 entered the survey area through a series of box culverts and ultimately emptied into Pond 1. The tributary's OHWM was identified and delineated by the presence of a bed and bank, sediment sorting, the destruction of terrestrial vegetation, the presence of litter and debris, and a natural line impressed in the bank. At the time of the evaluation the tributary was observed with flowing water throughout the length of the channel. The channel's substrate was comprised of silt and clay with gravel and cobble throughout. Tributary 1 was incised into the landscape between 1 to 5 feet with average OHWM widths between 4 to 15 feet. Based on the tributary's location in the watershed and the presence of flowing water within the channel at the time of the evaluation, it is IES' professional opinion that Tributary 1 would be considered intermittent. Tributary 2 was identified in the southernmost portion of the survey area with an overall southeast -to -northwest orientation, ultimately flowing into Tributary 1. A review of historical aerial photographs shows evidence of confined flow in the same location of Tributary 2 from 1942 to 1973. The tributary was channelized in 1979 and has served as a drainageway for residential runoff since the surrounding area was developed. The tributary's OHWM was identified and delineated by the presence of a bed and bank, the destruction of terrestrial vegetation, the presence of litter and debris, and sediment sorting. Flowing water and multiple plunge pools were observed throughout the length Tributary 2 and the channel's substrate was comprised of silt and clay, with gravel and cobble throughout. Tributary 2 was incised into the landscape between 2 to 4 feet deep with average OHWM widths between 4 to 5 feet. Given the tributary's location in the watershed and the large amount of water observed within the channel, it is IES' professional opinion that Tributary 2 would be considered to have intermittent flow. Pond 1 was identified as an impounded portion of Tributary 1. The pond's limits were identified and delineated by a waterline along a retaining wall that lines most of the pond. Pond 1 was inundated with pooled water at the time of the evaluation that completely lacked observable flow and had water depths that were indeterminable as a result of high turbidity. Historic and recent aerial photography indicate that Pond 1 would predominantly remain permanently inundated. POTENTIAL JURISDICTIONAL ASSESSMENT The 05 June 2007 USACE and USEPA jointly published instructional guidebook is intended to provide the USACE field staff a national standard operating procedure for conducting jurisdictional determinations. The guidebook was prepared by combining all prior applicable provisions, regulations, statutes, and case laws pertaining to the CWA. All terms, definitions, and conclusions regarding the jurisdictional nature of the aquatic resources used within this report are derived directly, as they are practiced, from the guidance. The following outlines the applicable interpretations of the guidance appropriate for this situation. Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 Tributaries 1 and 2 It was determined that Tributaries 1 and 2 were RPWs with intermittent flow. As such, Tributaries 1 and 2 would meet a definition of a water of the United States and would be subject to regulation under Section 404 of the CWA. Pond 1 Pond 1 was identified as impoundment of a jurisdictional tributary. Thus, Pond 1 would be subject to jurisdiction under Section 404 of the CWA, by definition, as it; is either a natural pond, impoundment of waters, or waters as defined in paragraphs (a)(1)-(7) of the CWA 33 CFR 328.3. REGULATED ACTIVITIES AND SECTION 404 PERMIT ASSESSMENT Activities that result in the discharge of dredge or fill material into waters of the United States are regulated under Section 404 of the CWA. The USACE has established the Nationwide Permit (NWP) program to efficiently authorize common activities that do not significantly impact waters of the United States. The USACE has the responsibility to authorize permitting under an NWP or to require an Individual Permit (IP). The most current NWPs were issued on 19 March 2017 and will expire on 20 March 2022. In the event that an individual utilizes and designs in accordance with the terms and conditions of the NWP, the USACE allows for a 1-year extension to the NWP to complete the work in waters of the United States. Ideally, the USACE encourages potential Permittees to avoid and minimize impacts to waters of the United States. Typically, if discharges result in the loss of less than 0.50 acre of waters of the United States, then the project could be authorized by an NWP with the potential for a pre -construction notification (PCN) to the USACE per General Condition 32. If, after a professional delineation and a USACE jurisdictional determination are performed, the total loss to waters of the United States is greater than 0.5 acre, an IP would likely be required. If impacts to tributaries are greater than 300 linear feet, typically a waiver must be requested from the district engineer concluding that the discharge will result in minimal adverse effects. The proposed project is associated with an urban park; however, the designed and planned impacts to waters of the United States are solely limited to bank stabilization activities. This is an important distinction because the USACE has 50 NWPs that are specific to general and routine projects that have minor impacts to waters of the United States. There is an NWP for bank stabilization activities (i.e., NWP 13). These activities could be authorized under NWP 13 — Bank Stabilization depending on the size and nature of the impacts. NWP 13 authorizes the discharge of dredged or fill material for bank stabilization activities necessary for the erosion control or prevention, such as vegetative stabilization, bioengineering, sills, rip rap, revetment, gabion baskets, stream barbs, and bulkheads, or combinations of bank stabilization techniques. This NWP also authorized temporary structures, fills, and work, including the use of temporary mats, necessary to construct the bank stabilization activity. The proposed bank stabilization portion of the project may be authorized under this NWP provided it meets the following criteria: • No material is placed in excess of the minimum needed for erosion protection; • The activity is no more than 500 feet in length along the entire bank; • The activity will not exceed an average of 1 cubic yard per running foot placed along the bank below the plane of the ordinary high-water mark (OHWM) or the high tide line; • The activity does not involve discharges of dredged or fill material into special aquatic sites; • No material is of the type, or is placed in any location, or in any manner, to impair surface water flow into or out of any water of the United States; • No material is placed in a manner that will be eroded by normal or expected high flows (properly anchored trees and treetops may be used in low energy areas); and • The activity is not a stream channelization activity. NWP 13 has a PCN requirement to the USACE for the use of NWP 13 once one or more of the following criteria have been exceeded. The bold criteria are more applicable to this project: • Involves discharges into special aquatic sites; or Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 • Is in excess of 500 feet in length; or • Will involve the discharge of greater than an average of 1 cubic yard per running foot along the bank below the plane of the OHWM or the high tide line. IES evaluated the design provided by Baird, Hampton & Brown for the quantitative criteria associated with the bank stabilization activities to determine whether or not they comply with NWP 13; and if so, whether or not the project would require a PCN submittal to the USACE. It is important to note, that there were no wetlands or any other special aquatic sites within the survey area. The proposed bank stabilization activities occur in two jurisdictional aquatic resources resulting in nine impact areas totaling 354 linear feet with an average running cubic yards of 0.16 (Table 2, Attachment A, Figure 6). Therefore, it is IES' opinion that the discharge quantities for the bank stabilization activities along Tributary 1 would qualify for NWP 13 — Bank Stabilization, without a PCN submittal to the USACE. Table 2. Anticipated Impacts to Waters of the United States Impact Number Feature ID Impact Type Impact Area (Square Feet) Impact Area (Cubic Yards) Impact Length (Linear Feet) 1 Tributary 1 Direct/Permanent 643.68 35.45 134 2 Tributary 1 Direct/Permanent 2.28 0.17 4 3 Tributary 1 Direct/Permanent 59.67 4.42 51 4 Tributary 1 Direct/Permanent 2.62 0.19 6 5 Tributary 1 Direct/Permanent 14.32 1.06 9 6 Tributary 1 Direct/Permanent 44.34 3.28 32 7 Tributary 1 Direct/Permanent 126.32 9.36 52 8 Tributary 2 Direct/Permanent 29.87 2.21 37 9 Tributary 2 Direct/Permanent 12.07 0.89 29 Total 935.17 57.03 354 All of the NWPs have the same standard General Conditions that may or may not be applicable to each project. IES has reviewed the General Conditions and determined the following General Conditions have a potential to be applicable to the proposed project. Please review the following conditions and as the project is designed and constructed ensure that the project complies with each. The following are a brief summary of the General Condition; please review to Attachment D for the complete language as specified by the NWP. • GC2: Aquatic Life Movement — If temporary culverts are installed for access, they will need to be placed in a manner to maintain low flow conditions. • GC3: Spawning Areas — Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. • GC6: Suitable Material — temporary fills for access road must be clean earthen or rock material that does not contain any pollutants. • GC9: Management of Water Flows — the work in waters of the United States shall be restored to the pre - construction course, condition, capacity, and location. Any temporary crossings should handle normal and expected high flows. If culverts are necessary for temporary access, they shall be installed to pass the flows and not create an impoundment. • GC10: Fills Within 100-Year Floodplains — The activity must comply with applicable FEMA-approved state and local floodplain management requirements. • GC12: Soil Erosion and Sediment Controls — Appropriate best management practices (BMPs) shall be installed (i.e., silt fence/wattles) around the disturbed areas and along the reservoir in the area to minimize any sediment into the reservoir or off the site. The disturbed areas shall be re -seeded with approved grasses immediately after construction. • GC13: Removal of Temporary Fills — Temporary fills must be removed in their entirety and the affected areas returned to their pre -construction elevations. • GC14: Proper Maintenance — The authorized structure or fill must be properly maintained to ensure public safety. Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 GC20: Historic Properties — If there is a potential for the activity to affect properties listed, or eligible for listing, in the National Register of Historic Places, a PCN would be required and all requirements of Section 106 of the National Historic Preservation Act (NHPA) must be followed. GC24: Safety of Impoundment Structures — If cofferdams are necessary for construction, they shall be designed by qualified persons and must comply with established safety criteria. On 06 March 2017, the Texas Commission on Environmental Quality (TCEQ) conditionally certified that the activities authorized under NWPs should not result in a violation of established Texas Water Quality Standards as required by Section 401 of the CWA and pursuant to Title 30 Texas Administrative Code, Chapter 279 provided that specific conditions are followed (Attachment E). Attachment E provides a list of BMPs for erosion control, sediment control, and post -construction total suspended solids (TSS) control. The project must implement at least one of the BMPs from erosion control and sediment control categories to comply with Section 401 of the CWA and applicable state laws. CONCLUSIONS To summarize the delineation, two tributaries and one pond were identified and delineated within the survey area. A summary of these features' characteristics is presented in Table 1 and a summary of the jurisdictional assessment is presented in Table 3. It was determined that Tributaries 1 and 2 would be considered jurisdictional as they are a tributary with relatively permanent flow. Pond 1 was identified as an impoundment of an RPW and would therefore be subject to regulation under Section 404 of the CWA. IES determined that this project could be authorized under NWP 13 without notification to the USACE as the bank stabilization activities are below the PCN thresholds. Table 3. Jurisdictional Assessment of Aquatic Resources Water Identification Water of the United States Post-Rapanos Water Classification 33 CFR 328.3 Definition Tributary 1 Yes RPW (a)(5) Tributary 2 Yes RPW (a)(5) Pond 1 Yes Impoundment of an RPW (a)(4) This delineation is based on professional experience in the approved methodology and from experience with the USACE Fort Worth District regulators; however, this delineation does not constitute a jurisdictional determination of waters of the United States. This delineation has been based on the professional experience of IES staff and our interpretation of USACE regulations at 33 CFR 328.3, the joint USACE/USEPA guidance regarding the Rapanos and Carabell decisions, and the Regulatory Guidance Letter (RGL) 08-02. While, IES believes our delineation to be accurate, final authority to interpret the regulations lies solely with the USACE and USEPA. The USACE Headquarters in association with the USEPA often issue guidance that changes the interpretation of published regulations. USACE/USEPA guidance issued after the date of this report has the potential to invalidate the report conclusions and/or recommendations, which may create the need to reevaluate the report conclusions. IES has no regulatory authority, as such, proceeding based solely upon this report does not protect the Client from potential sanction or fines from the USACE/USEPA. The Client acknowledges that they have the opportunity to submit this report to the USACE for a preliminary jurisdictional determination for concurrence prior to proceeding with any work within aquatic resources located on the survey area. If the Client elects not to do so, then the Client proceeds at their sole risk. Mr. Konstantine Bakintas, P.E. Candleridge Park — Waters of the United States Delineation and Section 404 Permit Assessment 12 December 2019 IES appreciates the opportunity to work with you and Baird, Hampton & Brown on this project, and we hope we may be of assistance to you in the future. If you have any comments, questions, or concerns, please do not hesitate to contact us. We can be reached at 972-562-7672 or by email at skipp@intenvsol.com or rreinecke(c@intenvsol.com. Sincerely, Integrated Environmental Solutions, LLC. /�ff Mr. Shae Kipp Ecologist Attachments File ref.• 04.322.003 ATTACHMENT A Figures ND Leblanc, Paik Cdfl". q t%. smi lhv" sk Park -40 I C X ? ft L-.- cib W4 A Bl'.0 4P C -1 4 qwj.' Cm in-n r0li Dr T. S,A,& Ayt. visv 3, 4 wj;er Lq< Ism, all 17 J -LE i?1L1lGT JVV C A N L LJ L; C' G r 'frg! Ln 0 Aii�—a 01 1� ay M EACIOWS OF 0 4-1 C A N U- L FRIDGE Cleat &FO04- Gfar,"a Lr, ri HULEN HEIGHTS Dc bing Slink: ovi C A f, Mite Figure 1. Q Survey Area So t flement p General Location Map w Park . . keog IEDenhrook Candleridge Park City of Fort Worth Tarrant County, Texas Feet urleson Ull 1 in = 1,500 feet N 0 1,500 w E + File Ref. 04-322.003 S .A Date: 12/2/2019 I I Area of Detail Scale: 1 inch equals 10 miles Figure 2A. Topographic Setting Candleridge Park City of Fort Worth Tarrant County, Texas Feet N 1 in = 600 feet 0 600 W E File Ref. 04.322.003 Date: 12/2/2019 S 0 Survey Area FOXFI R E WAY 'FRENC CIR RI DG ' ti C EPY -- G r ` S� %� - - AY 4(� _ USGS Benbrook 7.5' Quad 2019 Figure 2B. QSurveyArea Topographic Setting Candleridge Park City of Fort Worth Tarrant County, Texas Feet N 1 in = 600 feet 0 600 W E File Ref. 04.322.003 Date: 12/2/2019 S R' y Ii..�i. ate- +�, ti a jot -10 Figure 3. QSurvey Area Soils Map Soil Map Units Outside the Survey Area Soil Map Units Candleridge Park 67 - Sanger -Urban land complex, 1 to 5 percent slopes City of Fort Worth Tarrant County, Texas Feet N 1 in = 600 feet 0 600 W+E, File Ref. 04.322.003 S Date: 12/2/2019 lip�{ ~� t �. ^���' f r• i To 44 AWair • .+ � 's ' yre Al W. � r . 04 ' f0 K. '}`rt ��r �Y cA LERIDGE, :{ f -�f',r✓, $>• c��'�y +� � h ' '� ,� •fir �� F � R •3 k ] a a m -if • N i �` fry �cc •I ,pt ,D� Ar. `.7 d' �ry(1t j , ` r•A J. "` @� prT J �• 7 ` * , fie, 3 4f-doffs ..s • .ra - `� MOT wood ParkArvo r� S • Fd'��p ll jF • r11�r 0w:io or =. ' Mad}+sofi'Midge;Dr— `b f _. ❑ i n `` . � {�� � r •� tip! • Sienna U � a���,ie�a° ' � _ al. a Pond 1 t At I _. lb llr- � �• it s -A6 Figure 5. QSurveyArea Aquatic Resources Identified Aquatic Resources within the Survey Area Pond Tributary Candleridge Park City of Fort Worth Tarrant County, Texas Feet N 1 in = 300 feetMiiiiiiia 0 300 W E File Ref. 04.322.003 S Date: 12/5/2019 32 Figure 6. Impacts to Aquatic Resources Candleridge Park City of Fort Worth Tarrant County, Texas Feet N 1 in = 50 feetMiiiiiiiiii 0 50 W E File Ref. 04.322.003 4 Date: 12/10/2019 Impact 1: 134 Linear Feet 23.22 Cubic Yards 1 37 Linear Feet 2.21 Cubic Yards *: 0.19 C►ubic Yard Survey Area Concrete Footing Revised Slopes 4:1 with Turf Matting Impacts to Aquatic Resources Permanent Aquatic Resources Pond Tributary 8,9 Cubic Yard m Kingswnodp% ali- N n d0*" 3 v e Orr. �. PrenC" f 0'0t C'� �� �' �;� ❑� yea c d agzp sr sro a Area of Detail Scale: 1 inch equals 1,500 feet ATTACHMENT B Site Photographs `� ti r• A s + oo w # � •13-1 y'A lb Al Survey Area Photograph Location Map O Photograph Location Aquatic Resources Candleridge Park Pond City of Fort Worth Tributary Tarrant County, Texas Feet 1 in = 300 feet N 0 300 wL File Ref. 04.322.003 —S Date: 12/5/2019 Photograph 2 Photograph 7 Photograph 8 Y_ T Photograph 10 FWM-. Photograph 11 Photograph 15 Photograph 16 Photograph 17 Photograph 21 mum w� r Photograph 23 Photograph 24 Photograph 31 Photograph 32 Photograph 34 Photograph 37 Photograph 38 ATTACHMENT C Historic Aerial Photographs Candleridge Park 4301 French Lake Drive Fort Worth, TX 76133 Inquiry Number: 5895331.1 December 06, 2019 6 Armstrong Road, 4th floor Shelton, CT 06484 JrEDR� Toll Free: 800.352.0050 www.edrnet.com EDR Aerial Photo Decade Package 12/06/19 Site Name: Client Name: Candleridge Park 4301 French Lake Drive Fort Worth, TX 76133 EDR Inquiry # 5895331.1 Integrated Env. Solutions, Inc. 610 Elm St Suite 300 McKinney, TX 75069 Contact: Sarah Grubbs CEDW Environmental Data Resources, Inc. (EDR) Aerial Photo Decade Package is a screening tool designed to assist environmental professionals in evaluating potential liability on a target property resulting from past activities. EDR's professional researchers provide digitally reproduced historical aerial photographs, and when available, provide one photo per decade. Search Results: Year Scale Details Source 2016 1 "=500' Flight Year: 2016 USDA/NAIP 2012 1 "=500' Flight Year: 2012 USDA/NAIP 2008 1 "=500' Flight Year: 2008 USDA/NAIP 2005 1 "=500' Flight Year: 2005 USDA/NAIP 1995 1 "=500' Acquisition Date: January 31, 1995 USGS/DOQQ 1990 1 "=500' Flight Date: January 26, 1990 NAPP 1984 1"=500' Flight Date: June 01, 1984 TXDOT 1979 1 "=500' Flight Date: November 11, 1979 USDA 1973 1 "=500' Flight Date: May 16, 1973 USDA 1968 1 "=500' Flight Date: September 18, 1968 USGS 1950 1 "=500' Flight Date: December 30, 1950 USDA 1942 1 "=500' Flight Date: April 02, 1942 USDA When delivered electronically by EDR, the aerial photo images included with this report are for ONE TIME USE ONLY. Further reproduction of these aerial photo images is prohibited without permission from EDR. For more information contact your EDR Account Executive. Disclaimer - Copyright and Trademark Notice This Report contains certain information obtained from a variety of public and other sources reasonably available to Environmental Data Resources, Inc. It cannot be concluded from this Report that coverage information for the target and surrounding properties does not exist from other sources. NO WARRANTY EXPRESSED OR IMPLIED, IS MADE WHATSOEVER IN CONNECTION WITH THIS REPORT. ENVIRONMENTAL DATA RESOURCES, INC. SPECIFICALLY DISCLAIMS THE MAKING OF ANY SUCH WARRANTIES, INCLUDING WITHOUT LIMITATION, MERCHANTABILITY OR FITNESS FOR A PARTICULAR USE OR PURPOSE. ALL RISK IS ASSUMED BY THE USER. IN NO EVENT SHALL ENVIRONMENTAL DATA RESOURCES, INC. BE LIABLE TO ANYONE, WHETHER ARISING OUT OF ERRORS OR OMISSIONS, NEGLIGENCE, ACCIDENT OR ANY OTHER CAUSE, FOR ANY LOSS OF DAMAGE, INCLUDING, WITHOUT LIMITATION, SPECIAL, INCIDENTAL, CONSEQUENTIAL, OR EXEMPLARY DAMAGES. ANY LIABILITY ON THE PART OF ENVIRONMENTAL DATA RESOURCES, INC. IS STRICTLY LIMITED TO A REFUND OF THE AMOUNT PAID FOR THIS REPORT. Purchaser accepts this Report "AS IS". Any analyses, estimates, ratings, environmental risk levels or risk codes provided in this Report are provided for illustrative purposes only, and are not intended to provide, nor should they be interpreted as providing any facts regarding, or prediction or forecast of, any environmental risk for any property. Only a Phase I Environmental Site Assessment performed by an environmental professional can provide information regarding the environmental risk for any property. Additionally, the information provided in this Report is not to be construed as legal advice. Copyright 2019 by Environmental Data Resources, Inc. All rights reserved. Reproduction in any media or format, in whole or in part, of any report or map of Environmental Data Resources, Inc., or its affiliates, is prohibited without prior written permission. EDR and its logos (including Sanborn and Sanborn Map) are trademarks of Environmental Data Resources, Inc. or its affiliates. All other trademarks used herein are the property of their respective owners. 5895331 - 1 page 2 94NP-M pAr i+o t - r yy � ti pit C� 04 AlL df I Ole ! qu "I do r � • * At'°r � " v / " 11 40 .w -� �V4 �! _ i N,r • a .ice r * f w �q6 pp for rie Ir -` 4 kollor 41 all,,- '41A w ■�� � I .4 look 'lii��l jC"� •AT u i7 r ^'� �"' �y_�■ •••ir �.__ �' �_ �� - T .•y. - *_ ..�� �,e,F.- a.j. ''may► '?f. �� �y . :r •'�N ^tea' y iF- look . r �. � ,�+i ��•�-ram _y � �y ��i 1�lW} C �* �ar1y _ 11w v. �'► ! � �� '.. 'em , t wl '� `•� A Y " � � t � —mot 7`1^� _ A�l gwti � �, � �•1 .. -. ram. 7 •_y"3r Ale Aw- J '' .� � ' � �'' '� .air . , ,•a;• � �-n . � : ; �.y • �� r 1 s ' ►,4 of �` qu i` INQUIRY #: 5895331.1 1 N YEAR: 1990 �`,�.r• •�-� •,.'i �.-- �,_ 1 = 500 (FEDR j J';-'- fti 4 IL 4� 7 % dr Sr— 7:- I dr 0 'IP r r l 'T t WiF, • -- _-.._._ter--�. ,., ..-. .�— rpr � � �~-�'�y' -��r -_. � � •� f Ar ' F e• In .fK. �, r� ,• •. r'*y _ - ,; ram.; . �. ✓ �r I• ON ♦• }ten T - / VA VN - ,,tin' _ ,� r �}}JJ•AA'' � 1 'ter � 1 r .. ji Y r �. ol `' INQUIRY #: 5895331.1 _ _- yr! JJ-_' YEAR: 1979 •► �-.� J+ CEDR = 500' 1 ` i L i� Nom } v' ;yf INQUIRY #: 5895331.1 `iEJr /� N YEAR: 1968 = 500'EDR a INQUIRY #: 5895331.1 Jr /� N YEAR; 1950 `1� = 500' IEDR y 1 I 1 J r F ' Ift 4�;" yti i 1 i 5 f 1 � I' ) { • i I ■ ATTACHMENT E Nationwide Permit 13 — Bank Stabilization NATIONWIDE PERMIT 13 Bank Stabilization Effective Date: March 19, 2017 (NWP Final Notice, 82 FR 4 ) 13. Bank Stabilization. Bank stabilization activities necessary for erosion control or prevention, such as vegetative stabilization, bioengineering, sills, rip rap, revetment, gabion baskets, stream barbs, and bulkheads, or combinations of bank stabilization techniques, provided the activity meets all of the following criteria: (a) No material is placed in excess of the minimum needed for erosion protection; (b) The activity is no more than 500 feet in length along the bank, unless the district engineer waives this criterion by making a written determination concluding that the discharge will result in no more than minimal adverse environmental effects (an exception is for bulkheads — the district engineer cannot issue a waiver for a bulkhead that is greater than 1,000 feet in length along the bank); (c) The activity will not exceed an average of one cubic yard per running foot, as measured along the length of the treated bank, below the plane of the ordinary high water mark or the high tide line, unless the district engineer waives this criterion by making a written determination concluding that the discharge will result in no more than minimal adverse environmental effects; (d) The activity does not involve discharges of dredged or fill material into special aquatic sites, unless the district engineer waives this criterion by making a written determination concluding that the discharge will result in no more than minimal adverse environmental effects; (e) No material is of a type, or is placed in any location, or in any manner, that will impair surface water flow into or out of any waters of the United States; (f) No material is placed in a manner that will be eroded by normal or expected high flows (properly anchored native trees and treetops may be used in low energy areas); (g) Native plants appropriate for current site conditions, including salinity, must be used for bioengineering or vegetative bank stabilization; (h) The activity is not a stream channelization activity; and (i) The activity must be properly maintained, which may require repairing it after severe storms or erosion events. This NWP authorizes those maintenance and repair activities if they require authorization. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to construct the bank stabilization activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. After construction, temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if the bank stabilization activity: (1) involves discharges into special aquatic sites; or (2) is in excess of 500 feet in length; or (3) will involve the discharge of greater than an average of one cubic yard per running foot as measured along the length of the treated bank, below the plane of the ordinary high water mark or the high tide line. (See general condition 32.) (Authorities: Sections 10 and 404) Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navi ag tion. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used, then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre -construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow, or during low tides. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. The permittee shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No NWP activity may cause more than minimal adverse effects on tribal rights (including treaty rights), protected tribal resources, or tribal lands. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the effects of the proposed activity has been completed. Direct effects are the immediate effects on listed species and critical habitat caused by the NWP activity. Indirect effects are those effects on listed species and critical habitat that are caused by the NWP activity and are later in time, but still are reasonably certain to occur. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. If pre -construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species or designated critical habitat, the pre -construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed activity or that utilize the designated critical habitat that might be affected by the proposed activity. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non - Federal applicant of the Corps' determination within 45 days of receipt of a complete pre - construction notification. In cases where the non -Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect" on listed species or critical habitat, or until ESA section 7 consultation has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species -specific permit conditions to the NWPs. (e) Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the FWS or the NMFS, the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section I0(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre -construction notification whether the ESA section I0(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting appropriate local office of the U.S. Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act. If pre -construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre -construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre -construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c) when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. Where the non -Federal applicant has identified historic properties on which the activity might have the potential to cause effects and so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. (d) For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non -Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section I l0k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) For losses of streams or other open waters that require pre -construction notification, the district engineer may require compensatory mitigation to ensure that the activity results in no more than minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult -to -replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. Restored riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in -lieu fee program credits (see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in - lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2) The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f)). (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (5) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee- responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USACE) federally authorized Civil Works project (a "USACE project"), the prospective permittee must submit a pre - construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission is not authorized by NWP until the appropriate Corps office issues the section 408 permission to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre -construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWT, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s) the prospective permittee wants to use to authorize the proposed activity; (4) A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre -construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. For single and complete linear projects, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7) For non -Federal permittees, if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed activity or utilize the designated critical habitat that might be affected by the proposed activity. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non -Federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and (10) For an activity that requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre -construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from the Corps office having jurisdiction over that USACE project. (c) Form of Pre -Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is an NWP PCN and must include all of the applicable information required in paragraphs (b)(1) through (10) of this general condition. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (ii) NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre -construction notification and will result in the loss of greater than 300 linear feet of stream bed; (iii) NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iv) NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site -specific comments. The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. D. District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP, the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the individual crossings of waters of the United States to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51, 52, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. For those NWPs that have a waivable 300 linear foot limit for losses of intermittent and ephemeral stream bed and a 1/2-acre limit (i.e., NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52), the loss of intermittent and ephemeral stream bed, plus any other losses of jurisdictional waters and wetlands, cannot exceed 1/2-acre. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10-acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters (e.g., streams). The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity (after consideration of the mitigation proposal) are determined by the district engineer to be no more than minimal, the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a) that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or (c) that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects, the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31, or to evaluate PCNs for activities authorized by NWPs 21, 49, and 50), with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project (see general condition 31). F. Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term "discharge" means any discharge of dredged or fill material into waters of the United States. Ecological reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non -linear project in the Corps Regulatory Program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi -phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the acres or linear feet of stream bed that are filled or excavated as a result of the regulated activity. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre -construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre -construction notification may be voluntarily submitted in cases where pre -construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Protected tribal resources: Those natural resources and properties of traditional or customary religious or cultural importance, either on or off Indian lands, retained by, or reserved by or for, Indian tribes through treaties, statutes, judicial decisions, or executive orders, including tribal trust resources. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re- establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non -wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non -linear project: For non -linear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility") Single and complete non -linear projects may not be "piecemealed" to avoid the limits in an NWT authorization. Stormwater mana eg ment: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody:For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. If a wetland is adjacent to a waterbody determined to be a water of the United States, that waterbody and any adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of "waterbodies" include streams, rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19, 2017, and expires on March 18, 2022. Information about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be found athtW://www.swfusace.army.mil/Missions/Re"latoly.asp and http://www.usace. army. mil/Missions/CivilWorks/Re gulatoiyPro gramandPermits. aM 2017 NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. For all discharges proposed for authorization under Nationwide Permits (NWP) 3, 6, 7, 12, 14, 18, 19, 21, 23, 25, 27, 29, 39, 40, 41, 42, 43, 44, 49, 51, and 52, into the following habitat types or specific areas, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32, Pre -Construction Notification (PCN). The Corps of Engineers (Corps) will coordinate with the resource agencies as specified in NWP General Condition 32(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia spp.) and/or sundews (Drosera spp.). b. Bald Cypress -Tupelo Swamps: Wetlands dominated by bald cypress (Taxodium distichum) and/or water tupelo (Nyssa aquatic). 2. For all activities proposed for authorization under any Nationwide Permit (NWP) at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in -lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 - Pre - Construction Notification prior to commencing the activity. 3. For all activities proposed for authorization under NWP 16, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre -Construction Notification) and must obtain an individual water quality certification (WQC) from the TCEQ. Work cannot begin under NWP 16 until the applicant has received written approval from the Corps and WQC. NOTE: For all activities proposing to use equipment that has operated or been stored in a water body on the Texas list of zebra mussel (Dreissena polymorpha) infected water bodies, equipment should be decontaminated prior to relocation in accordance with Texas Administrative Code, Title 31, Part 2, Chapter 57, Subchapter A. The following decontamination Best Management Practices (BMPs), as a minimum, are indicated: a. Clean: Clean both the inside and outside of equipment and gear, by removing all plants, animals, and mud and thoroughly washing the equipment using a high pressure spray nozzle. b. Drain: Drain all water from receptacles before leaving the area, including livewells, bilges, ballast, and engine cooling water on boats. C. Dry: Allow time for your equipment to dry completely before relocating in other waters. Equipment should be dried prior to relocation. High temperature pressure washing (greater than or equal to 140F) or professional cleaning may be substituted for drying time. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 1 of 6 The following regional condition only applies within the Albuquerque, Fort Worth, and Galveston Districts: 4. For all activities proposed for authorization under Nationwide Permit (NWP) 12 that involve a discharge of fill material associated with mechanized land clearing of wetlands dominated by native woody shrubs, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 — Pre -Construction Notification prior to commencing the activity. For the purpose of this regional condition, a shrub dominated wetland is characterized by woody vegetation less than 3.0 inches in diameter at breast height but greater than 3.2 feet in height, which covers 20% or more of the area. Woody vines are not included. The following regional conditions apply within the Albuquerque District. 5. Nationwide Permit (NWP) 23 — Approved Categorical Exclusions. A pre -construction notification (PCN) to the District Engineer in accordance with General Condition 32 - PCN is required for all proposed activities under NWP 23. 6. Nationwide Permit (NWP) 27 — Aquatic Habitat Restoration, Establishment, and Enhancement Activities. For all proposed activities under NWP 27 that require pre - construction notification, a monitoring plan commensurate with the scale of the proposed restoration project and the potential for risk to the aquatic environment must be submitted to the Corps. (See "NWP 27 Guidelines" at http://www.spa.usace.army.miI/Missions/RegulatoryProgramandPermits/NWP.aspx). 7. Channelization. Nationwide Permit (NWP) General Condition 9 for Management of Water Flows is amended to add the following: Projects that would result in permanent channelization to previously un-channelized streams require pre -construction notification to the Albuquerque District Engineer in accordance with NWP General Condition 32 — Pre -Construction Notification. 8. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), pre -construction notification (PCN) to the Albuquerque District Engineer is required in accordance with Nationwide Permit General Condition 32 - PCN. 9. Springs. For all discharges of dredged or fill material within 100 feet of the point of groundwater discharge of natural springs located in an aquatic resource, a pre - construction notification (PCN) is required to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - PCN. A natural spring is defined as any location where ground water emanates from a point in the ground and has a defined surface water connection to another waters of the United States. For purposes of this regional condition, springs do not include seeps or other groundwater discharges which lack a defined surface water connection. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 2 of 6 10. Suitable Fill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - Pre - Construction Notification along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply only within the Fort Worth District. 11. For all discharges proposed for authorization under all Nationwide Permits (NWP) into the area of Caddo Lake within Texas that is designated as a "Wetland of International Importance" under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 — Pre - Construction Notification (PCN). The Fort Worth District will coordinate with the resource agencies as specified in NWP General Condition 32(d) - PCN. 12. Compensatory mitigation is generally required for losses of waters of the United States that exceed 1/10 acre and/or for all losses to streams that exceed 300 linear feet. Loss is defined in Section F of the Nationwide Permits (NWP). Mitigation thresholds are cumulative irrespective of aquatic resource type at each single and complete crossing. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. 13. For all activities proposed for authorization under Nationwide Permits (NWP) 12, 14 and/or 33 that involve a temporary discharge of fill material into 1/2 acre or more of emergent wetland OR 1/10 acre of scrub-shrub/forested wetland, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. 14. For all discharges proposed for authorization under Nationwide Permits (NWP) 51 and 52, the Fort Worth District will provide the pre -construction notification (PCN) to the U.S. Fish and Wildlife Service as specified in NWP General Condition 32(d)(2) - PCN for its review and comments. The following regional conditions apply only within the Galveston District. 15. No Nationwide Permits (NWP), except NWP 3, shall be used to authorize discharges into the habitat types or specific areas listed in paragraphs a through c, below. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity under NWP 3. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 3 of 6 a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marshes are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp., Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States. c. Columbia Bottomlands. For the purpose of this regional condition, Columbia bottomlands are defined as waters of the United States that are dominated by bottomland hardwoods in the Lower Brazos and San Bernard River basins identified in the 1997 Memorandum of Agreement between the U.S. Environmental Protection Agency, U.S. Fish and Wildlife Service, Natural Resource Conservation Service, and Texas Parks and Wildlife Department for bottomland hardwoods in Brazoria County. (For further information, see http://www.swg.usace.army.mil/Business-With- Us/Reaulatorv/Permits/Nationwide-General-Permits/) 16. A Compensatory Mitigation Plan is required for all special aquatic site losses, as defined in Section F of the Nationwide Permits (NWP), that exceed 1/10 acre and/or for all losses to streams that exceed 200 linear feet. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification prior to commencing the activity. 17. For all seismic testing activities proposed for authorization under Nationwide Permit (NWP) 6, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification (PCN). The PCN must state the time period for which the temporary fill is proposed, and must include a restoration plan for the special aquatic sites. For seismic testing under NWP 6 within the Cowardin Marine System, Subtidal Subsystem; as defined by the U.S. Fish and Wildlife Service, Classification of Wetlands and Deepwater Habitats of the United States, December 1979/Reprinted 1992, the Corps will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 18. For all activities proposed under Nationwide Permits (NWP) 10 and 11 located in vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 19. Nationwide Permit 12 shall not be used to authorize discharges within 500 feet of vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 4 of 6 20. For all activities proposed for authorization under Nationwide Permit 12 that involve underground placement below a non -navigable river bed and/or perennial stream bed there shall a minimum cover of 48 inches (1,219 millimeters) of soil below the river and/or perennial stream thalweg. 21. For all discharges and work proposed below the high tide line under Nationwide Permits (NWP) 14 and 18, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification (PCN). The Galveston District will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 22. For all activities proposed for authorization under Nationwide Permit (NWP) 33 the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 — Pre -Construction Notification (PCN). The PCN must include a restoration plan showing how all temporary fills and structures will be removed and the area restored to pre -project conditions. Activities causing the temporary loss, as defined in Section F of the NWPs, of more than 0.5 acres of tidal waters and/or 200 linear feet of stream will be coordinated with the agencies in accordance with NWP General Condition 32(d) - PCN. 23. No Nationwide Permits (NWP), except NWPs 3, 16, 20, 22, 37, shall be used to authorize discharges, structures, and/or fill within the standard setback and high hazard zones of the Sabine -Neches Waterway as defined in the Standard Operating Procedure - Permit Setbacks along the Sabine -Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 - Pre - Construction Notification for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine -Neches Waterway. 24. No Nationwide Permits (NWP), except 20, 22, and 37, shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 (Pre -Construction Notification) for all discharges, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 25. The use of Nationwide Permits in the San Jacinto River Waste Pits Area of Concern are revoked. (For further information, see http://www.swq.usace.armV.mil/Business-With-Us/Regulatory/Permits/Nationwide- General-Permits/) 26. The use of Nationwide Permits 51 and 52 are revoked within the Galveston District boundaries. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 5 of 6 27. Nationwide Permit (NWP) 53 pre -construction notifications will be coordinated with resource agencies as specified in NWP General Condition 32(d) — Pre -construction Notification. 28. For all activities proposed under Nationwide Permits (NWP) 21, 29, 39, 40, 42, 43, 44, and 50 that result in greater than 300 feet of loss in intermittent and/or ephemeral streams, as defined in Section F of the NWPs, require evaluation under an Individual Permit. The following regional conditions apply only within the Tulsa District. 29. Upland Disposal: Except where authorized by Nationwide Permit 16, material disposed of in uplands shall be placed in a location and manner that prevents discharge of the material and/or return water into waters or wetlands unless otherwise authorized by the Tulsa District Engineer. 30. Major Rivers: The prospective permittee shall notify the Tulsa District Engineer for all Nationwide Permit 14 verifications which cross major rivers within Tulsa District. For the purposes of this condition, major rivers include the following: Canadian River, Prairie Dog Town Fork of the Red River, and Red River. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 6 of 6 ATTACHMENT F TCEQ Water Quality Conditions for the 2017 Nationwide Permits Bryan W. Shaw, Ph.D., RE, Chairman Toby Baker, Commissioner _ .Ion Niermann, Commissioner Richard A. Hyde, P.L'., Executiue Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and A-vuenting Pollution March 6, 2017 Colonel Lars N. Zetterstrom, P.E. Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2017 USACE Nationwide Permits Reissuance Dear Colonel Zetterstrom : This letter is in response to your January 25, 2017, letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps) Nationwide Permits (NWPs). The Final Notice of Reissuance of Nationwide Permits was published in the Federal Register (Vol. 82, No. 4, pages 1860-2008) on January 6, 2017. Regional conditions for NWPs in Texas were proposed in public notices on June 7, 20t6 and January 12, 2017. The Texas Commission on Environmental Quality (TCEQ) has reviewed the Final Notice of Reissuance of Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents, the TCEQ certifies that the activities authorized by NWPs 1, 2, 4, 5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, and 48 should not result in a violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. The TCEQ conditionally certifies that the activities authorized by NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, and 54 should not result in a violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Enclosure 1 and more detail on specific conditions are discussed below. The TCEQ understands that a prohibition against the use of NWPs in coastal dune swales, mangrove marshes, and Columbia Bottomlands in the Galveston District will be included in the 2017 Texas Regional Conditions (Regional Conditions) for all NWPs, except for NWP 3. Inclusion of a prohibition of using NWPs in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, except for NWP 3, is a condition of this TCEQ 401 certification. l,1AR 0 8 2017 P.O. Box 13n87 • Austin, Texas 78711-3087 • 512-239-1000 • tceq.texas.gov How is ou r customer service? teeq.texas.gov/customersurvey , _ ... r{ir' P7Vr u.;_u, "tjrI nit -: - I Colonel Lars N. Zetterstrom, P.E. U.S. Army Corps of Engineers USACE Nationwide Permits Page 2 March.6, 2017 The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal. The TCEQ understands dredged material to be associated with navigational dredging activities, not commercial mining activities. To avoid confusion the TCEQ requests that a regional condition be added that prohibits the use of NWP 16 for activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining). This condition is also included as part of the 401 certification of NWP 16. The final decision document for NWP 16 states that the quality of the return water is controlled by the state through the 401 certification procedures. Consistent with previous NWPs certification decisions the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L total suspended solids (TSS) concentration and request the Corps to include this condition in the Regional Conditions. Initial feedback from the Corps indicates that a regional condition is possible. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However, existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Information System indicate this relationship must be a site -specific characterization of the actual sediments to be dredged. To address this approach we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. The TCEQ remains interested in working with the Corps in the development of these curves. We encourage the Corps to accept the conditional certification of NWP 16 as a Regional Condition and that we work together to find the best methods to implement this limit. In evaluating this condition for the Regional Conditions for NWPs, the TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations. The TCEQ requirement to control return water from confined upland disposal not to exceed a 300 mg/L TSS has also been included in individual 404 permits. It is also important to note that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ is conditionally certifying NWP General Condition #12 Soil Erosion and Sediment Controls, and General Condition #2 5 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category. These BMPs are intended to enhance the water quality protection of these General Conditions. A list of TCEQ-recommended BMPs is included as Enclosure 2. Colonel Lars N. Zetterstrom, P.E. U.S. Army Corps of Engineers USACE Nationwide Permits Page 3 March 6, 2017 Enclosure 3 is provided as a quick reference table for all NWPs. A detailed description of the BMPs is provided in Enclosure 4. Runoff from bridge decks has been exempted from the requirement for post -construction total suspended solids (TSS) controls under General Condition 2 5. As stated in previous NWP certifications, the TCEQ would like to include these BMPs for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The TCEQ is conditionally certifying NWPs 13, 29, 39, 40, 42, 43, 44, 50, 51, and 52 to require the Corps to copy TCEQ on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. The TCEQ is conditionally certifying NWP 36 to require the Corps to copy TCEQ on all written waivers for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. The TCEQ is also conditionally certifying General Condition 23 Mitigation to require the Corps to copy TCEQ on any written notification of a mitigation waiver. The TCEQ is requesting this information to fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas, a Texas Railroad Commission certification is required as provided in the Texas Water Code §26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Program (CMP) goals and policies in accordance with the CMP regulations {Title 31, Texas Administrative Code (TAC), Chapter (§)505.30) and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas policy {31 TAC §501.23} and dredging and dredged material disposal and placement policy {31 TAC §501.251. This certification complies with the CMP goals {31 TAC §501.12(1, 2, 3, 5)1 applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. Colonel Lars N. Zetterstrom, P.E. U.S. Army Corps of Engineers USACE Nationwide Permits Page 4 March 6, 2017 If you require further assistance, please contact Mr. John Trevino, Water Quality Assessment Section, Water Quality Division (MC-150), at (512) 239-4600. Sinc rely, avid W. Galindo, Director Water Quality Division Texas Commission on Environmental Quality DWG/JT/tc Attachments ccs: Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers, Regulatory Branch, CESWF-PER-R, P.O. Box 17300, Fort Worth, Texas 76102-0300 Ms. Allison Buchtien, Texas General Land Office via e-mail Branch Chief, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Room 313, Albuquerque, New Mexico 8 7109-343 5 Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch CESWT- PE-R, 1645 South 1016, East Avenue, Tulsa, Oklahoma, 74128 Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office, CESPA-OD-R-EP, P.O. Box 6096, Fort Bliss, Texas 79906-6096 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. if the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (water Quality) Post -construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. Bridge deck runoff is exempt from this requirement. General Condition 23 (Mitigation) The U.S. Army Corps of Engineers will copy the TCEQ on all mitigation waivers sent to applicants. NWPs 13, 29, 39, 40, 41, 42, 43, 44, 50, 51, 52 The U.S. Army Corps of Engineers will copy the TCEQ on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. All NWPs except for NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survey Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 Outfail Structures and Associated Intake Structures Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Revised March 3, 2017 Page i of 5 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions NWP 13 (Bank Stabilize ion) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP IS (U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units MUD versus TSS has been approved by TCEQ. NWP 17 Hydropower Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 18 (Minor Discharges Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 19 (Minor Dredging Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 21 (Surface Coal Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 22 Removal of Vessels Soil Erosion and Sediment Controls under General Condition 12 are required. NWT 25 Structural Discharges) Revised March g, 2017 Page 2 of 5 Attachment I Conditions of Section 401 Certification for Nationwide Permits and General Conditions Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27 (Aquatic Habitat Restoration Establishment and Enhancement Activities Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 29 (Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 30 Moist Soil Management for Wildlife Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 31 Maintenance of Existing Flood Control Facilities Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWT 32 (Completed Enforcement Actions Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 33 Temporary Construction, Access and DewaterinM Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 36 (Boat Ramps) The U.S. Army Corps of Engineers will copy the TCEQ on all written waivers for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. Soil Erosion and Sediment Controls under General Condition 12 are required. Post -construction TSS controls under General Condition 25 are required. NWP 37 Emergency Watershed Protection and Rehabilitation) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 39 Commercial and Institutional Develo ments Revised March 3, 2017 Page 3 of s Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 40_ (Agricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 41 (Reshaping Existing, Drainage Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 42 (Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 44 (Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 45 (Repair of Uplands Damaged by Discrete Events) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 46 (Discharges in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 49 (Coal_Remining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 50 (Underground Coal Mining Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Revised March 3, 2017 Page 4 of 5 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions NWP 51 (Land -Based Renewal Energy Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 52 (Water -Based Renewal Energy Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 53 (Removal of Low -Head Dams) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 54 (Living Shorelines) Sediment Controls under General Condition 12 are required. Revised March 3, 2017 Page 5 of 5 4Ml,£Sfa Q Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits Below are the 401 water quality certification conditions the Texas Commission on Environmental Quality (TCEQ) added to the January 6, 2017 issuance of Nationwide Permits (NWP), as described in the Federal Register (Vol. 82, No. 4, pages 1860-2008). Additional information regarding these conditions, including descriptions of the best management practices (BMPs), can be obtained from the TCEQ by contacting the 401 Coordinator, MC-150, P.O. Box 13087, Austin, Texas 78711-3087 or from the appropriate U.S. Army Corps of Engineers district office. I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At Ieast one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6,*7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, and 53. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Temporary Vegetation o Mulch o interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs'to confine sediment. Dredged material shall be .placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 2S, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, and 54. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Sand Bag Berm o Rock Berm Revised March 3, 2017 Page t of 3 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks III. Post -Construction TSS Control o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18, 21, 29, 31, 36, 39, 40, 41, 42, 44, 45, 49, 50, 51, and 52. if the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Extended Detention Basin o Vegetative Filter Strips o Grassy Swales o Erosion Control Compost o Compost Filter Socks o Constructed Wetlands o Wet Basins o Vegetation lined drainage ditches o Sand Filter Systems o Mulch Filter Socks o Sedimentation Chambers* * Only to be used when there is no space available for other approved BMPs. IV. NWP 16: Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. V. NWP 29, 39, 40, 42, 43, 44, 50, 51, and 52 The Corps will copy the TCEQ on all authorizations for impacts of greater than 300 Revised March 3, 2017 Page 2 of 3 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits linear feet of intermittent and ephemeral streams. VI. NWP 13 The Corps will copy the TCEQ on all authorizations for impacts greater than 500 linear feet in length of ephemeral, intermittent, perennial streams or drainage ditches. VII. NWP 36 The Corps will copy the TCEQ on all authorizations for discharges greater than the 50 cubic yard limit or boat ramps greater than 20 feet in width. VIII. All NWPs except NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. Revised March 3, 2017 Page 3 of 3 �o���rrsrio, � G p�`MEfV'�A� O Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control Control Construction TSS 1 Aid to Navigation 2 Structures in Artificial. Canals 3 Maintenance X X 4 Fish and Wildlife Harvesting, Enhancement and Attraction Devices and Activities 5 Scientific Measurement Devices G Survey Activities *Trenching X X 7 Outfall Structures and Associated Intake X X Structures 8 Oil and Gas Structures on the Outer Continental Shelf 9 Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Utility Line Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S. Coast Guard Approved Bridges X X 16 Return Water From Upland Contained Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging X X Revised March 3, 2017 Page I of 3 .��ortMr,�o L \-fir �1ENTA� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control Control Construction TSS 20 Response Operations for Oil and Hazardous Substances 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X 23 Approved Categorical Exclusions 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges X X 26 [Reserved] 27 Aquatic Habitat Restoration, X X Establishment, and Enhancement Activities 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood Control X X X Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction, Access and X X Dewatering 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X Devised March 3, 2017 Page 2 of 3 NIM NMENTA� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post Control I Control Construction TSS 39 Commercial and Institutional X X X Developments 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches X X X 42 Recreational Facilities X X X 43 Stormwater Management Facilities X X 44 Mining Activities X X X 45. Repair of Uplands Damaged by Discrete X X X Events 46. Discharges in Ditches X X 47. [Reserved] 48. Existing Commercial Shellfish Aquaculture Activities 49. Coal Remining Activities X X X 50. Underground Coal Mining Activities X X X 51. Land -Based Renewable Energy Generation X X X Facilities 52. Water -Based Renewable Energy X X X Generation Pilot Projects 53. Removal of Low -Head Dams X X 54. Living Shorelines X Revised March 3, 2017 Page 3 of 3 hihll,�j�� �YAIENTAy Attachment 4 Description of BMPs EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion Revised March 3, 2017 Page 1 of 34 i Attachment 4 Description of BMPs on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.txdot.gov/business/doing_business/product_evaluation/erosion_control.h tm which is updated as new products are evaluated. Installation: . Install in accordance with the manufacturer's recommendations. Proper anchoring of the material. Prepare a friable seed bed relatively free from clods and rocks and any foreign material. Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. . Erosion stops should be deep. enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately Revised March 3, 2017 Page 2 of 34 �OMMI Attachment 4 Description of BMPs after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. a On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. a Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Revised March 3, 2017 Page 3 of 34 All Attachment 4 Description of BMPs Installation: . Areas to be sodded should be brought to final grade. . The surface should be cleared of all trash and debris. . Fertilize according to soil tests. . Fertilizer should be worked into the soil. . Sod should not be cut or laid in excessively wet or dry weather. . Sod should not be laid on soil surfaces that are frozen. . During periods of high temperature, the soil should be lightly irrigated. . The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. . Lateral joints should be staggered to promote more uniform growth and strength. . Wherever erosion may be a problem, sod should be laid with staggered joints and secured. . Sod should be installed with the length perpendicular to the slope (on the contour). . Sod should be rolled or tamped. . Sod should be irrigated to a sufficient depth. . Watering should be performed as often as necessary to maintain soil moisture. . The first mowing should not be attempted until the sod is firmly rooted. . Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment - laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Revised March 3, 2017 Page 4 of 34 o Attachment 4 Description of BMPs Materials: Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based -on a 2-year, 24-hour storm. Installation: An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. . All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. . Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Revised March 3, 2017 Page 5 of 34 1hf� Attachment 4 Description of BMPs Materials: . Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd', a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. . The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. . The channel, which is formed by the dike, must have positive drainage for -its entire I length to an outlet. When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at Revised March 3, 2017 Page 6 of 34 Attachment 4 Description of BMPs http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by Tx )0T are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: . Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Revised March 3, 2017 Page 7 of 34 44 Attachment 4 Description of BMPs Mulch and Compost kilter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Revised March 3, 2017 Page 8 of 34 �O�fhflSsjp �� do Attachment 4 Description of BMPs Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that -the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program-description.html. Installation: p Install in accordance with TxDOT Special Specification 5049. a Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Revised March 3, 2017 Page 9 of 34 Attachment 4 Description of BMPs Materials: The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. . Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. . When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Revised March 3, 2017 Page 10 of 34 SOMA � 3 � �YMEf4i1'P.4 Attachment 4 Description of BMPs Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is + acre/100 feet of fence. The toe of the silt fence should be trenched in with a spade or mechanical trencher, Revised March 3, 2017 Page ii of 34 Attachment 4 Description of BMPs so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g., pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-Foot overlap, securely fastened where ends of fabric meet. Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water -borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment Materials: Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: The frame of the triangular sediment filter dike should be constructed of 6-inch x 6- inch, 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. . Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat rings. Revised March 3, 2017 Page 12 of 34 7 � v Q II'[P� O Attachment 4 Description of BMPs Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but are able to withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: The berm structure should be secured with a woven wire sheathing having maximum opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. Revised March 3, 2017 Page 13 of 34 1hf��� o �'A1�NSA4 O Attachment 4 Description of BMPs . Place the rock along the sheathing to a height not less than 18 inches. Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. . Berm should be built along the contour at zero percent grade or as near as possible. The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay BaIe Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. Straw bales should weigh a minimum of SO pounds and should be at least 30 inches long. Bales should be composed entirely of vegetable matter and be free of seeds. . Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Revised March 3, 2017 Page 14 Of 34 �ph4 i Attachment 4 Description of BMPs Installation: Bales should be embedded a minimum of 4 inches and securely anchored using 2- inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. Bales are to be placed directly adjacent to one another leaving no gap between them. All bales should be placed on the contour. The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be Iess than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4 - inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: Lay out the brush berm following the contour as closely as possible. Revised March 3, 2017 Page 15 of 34 �pkihf(�jD �D'YMEAiA� J4 Attachment 4 Description of BMPs • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6-inch overlap and securely sealed. The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Trans A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of Revised March 3, 2017 Page tb of 34 �,oaan�,o Attachment 4 Description of BMPs drainage area. Materials: All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Revised March 3, 2617 Page 17 of 34 �COMh�'� tip Attachment 4 Description of BMPs Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: . Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. The'emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. Revised March 3, 2017 Page 18 of 34 i~ z Attachment 4 Description of BMPs The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). jo The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2- year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao _ As x 2h Cd x 980,000 Where: Ao = Area of the de -watering hole, ft 2 Ay = Surface area of the basin, ft 2 C, = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Revised March 3, 2017 Page ig of 34 MAi(fF/0 ryo Attachment 4 Description of BMPs Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.txdot.gov/husiness/contractors_consultants/recycling/compost.htm that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at Revised March 3, 2017 Page 20 of 34 ��0%1Ml�jo� Attachment 4 Description of BMPs http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program-description.htmI. Installation: . Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end -of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. ,Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at http://www.txdot.gov/business/contractors consultants/recycling/compost.htm that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Revised March 3, 2017 Page 21 of 34 1!Ill,�jah � y ,attachment 4 Description of BMPs Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 3 3 2, including Sections § 3 3 2.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA-program-description.html. Installation: . Install in accordance with TxDOT Special Specification 5049. Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Revised March 3, 2017 Page 22 of 34 �ph1A1L���� Attachment 4 Description of BMPs Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice, but should be operated and sized to provide adequate volume. This technology, which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also -are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low Revised March 3, 2017 Page 23 of 34 ��Obihtl,�Oh Attachment 4 Description of BMPs to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description; Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low -density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Fiat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Revised March 3, 2017 Page 24 of 34 �tni�o �o �t Attachment 4 Description of BMPs Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most•influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or rigid channel, should be avoided. Revised March 3, 20I7 Page 25 of 34 �Ot+ihfl�p/ ��1Eh�fp� O Attachment 4 Description of BMPs Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to Revised March 3, 2017 Page 26 of 34 do oy NUT Attachment 4 Description of BMPs maintain the permanent pool, especially during the summer months. Makeup water (i.e., welI water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Revised March 3, 2017 Page 27 of 34 �oMhu,o� Attachment 4 Description of BMPs Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: R A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets Revised March 3, 2017 Page 28 Of 34 ��D111 {�j�ti ���MEM'p4 OQ' Attachment 4 Description of BMPs Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: . Capacity, cross-section shape, side slopes, and grade Select appropriate native vegetation Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. Vegetated ditches must not be subject to sedimentation from disturbed areas. Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. Availability of water during dry periods to maintain vegetation Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris, scour, or Revised March 3. 2017 Page 29 of 34 lht�io� Attachment 4 Description of BMPs erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs . Design Considerations: • Appropriate for space -limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate R High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land Revised March 3, 2017 Page 30 of 34 pC hihil,�j�2 �y�lEiYSA4 � Attachment 4 Description of BMPs acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT-s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections .332.71 Sampling and Analysis Requirements for Final Products and .332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the products specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, Revised March 3, 2017 Page 31 of 34 C � E 'y�lEN[p� Attachment 4 Description of BMPs monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmece.org/sta/STA-program_description.htmL Installation: Install in accordance with current TxDOT specification. Use on slopes 3:1 or flatter. Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT,s construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at http://www.txdot.gov/business/contractors_consultants/recycling/compost.htm that provides information on compost specification data. Revised March 3, 2017 Page 32 of 34 cnIN1 Rio ;��MEPRA4 J� Attachment 4 Description of BMPs Mulch and compost filter socks used for projects not related to TOOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections e332.71 Sampling and Analysis Requirements for Final Products and e332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmece.org/sta/STA-program_description.htnil. Installation: Install in accordance with TxDOT Special Specification 5049. Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet now. Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. . Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately Revised March 3, 2017 Page 33 Of 34 caMnttfO Attachment 4 Description of BMPs stabilized. ' Sedimentation Chambers(only to be used when there is nos ace available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, SO-BO% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. Revised March 3, 2017 Page 34 of 34 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Candleridge Park Erosion Control Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. CO2717 Revised July 1, 2011 PYRAMAT' PYRAMAT® PERPENDICULAR CHANNEL INSTALLATION AND MAINTENANCE GUIDELINES Thank you for purchasing our PYRAMAT° High Performance Turf Reinforcement Mat (HPTRM) or Turf Reinforcement Mat (TRM) by Propex Operating Company, LLC (Propex). This document provides installation and maintenance guidelines for PYRAMAT used as channel armoring to increase channel resiliency towards forces created by high velocities and shear stresses. PYRAMAT provides permanent erosion protection on the side slopes and/ or bed of a channel. Temporary securing pins (pins) are used during installation to hold PYRAMAT in place. Pins also promote vegetation establishment keeping PYRAMAT in intimate contact with the soil. PYRAMAT is an Engineered Earth Armoring Solution TM with a unique design for each specific project. While Propex has made every effort to ensure general validity, this information should not be used for a specific application without independent professional examination and verification of its suitability, applicability, and accuracy. The documentation provided herein is for general information only, and is intended to present installation guidance only. Project specific contract documents take precedence when pin placements are different than what is represented in this document. Depending upon the critical nature of the structure to be armored, work restrictions may be in place such as limiting installation based on growing seasons, weather patterns, etc. Work should be performed under the provisions set forth for the specific project. Propex Engineering Services is available for support during installation to consult for solving constructability issues encountered in specific applications. Please feel free to call our techincal support hotline at (800) 621-1273. BEFORE INSTALLATION BEGINS • Coordinate with a Propex Representative: A pre -construction meeting with the construction team and a representative from Propex is recommended prior to installation. This meeting should be scheduled by the contractor with at least a two week notice prior to construction. Gather the Tools Needed: Tools that you will need to install PYRAMAT include a pair of industrial shears to cut PYRAMAT, tape measure, and mallet or hammer. • Determine Vegetation Establishment Strategy. The method of vegetation establishment should be determined prior to the start of installation. Different vegetation establishment methods require different orders of installation. Refer to VEGETATION ESTABLISHMENT for further guidance. INSTALLATION OF PYRAMAT FOR CHANNELS SITE PREPARATION It is recommended during all stages of site preparation that disturbed soils remain unprotected for not more than a single day. Depending on project size this may require progressive site preparation during installation. 1. Grade and compact the area in the channel where PYRAMAT will be installed. The channel surface should be uniform and smooth, having all rocks, clods, vegetation or other objects removed so that during PYRAMAT LAYDOWN, PYRAMAT comes in direct, intimate contact with the channel surface. Prepare the area to be armored with PYRAMAT by loosening the topsoil to promote better vegetation establishment. This may be accomplished with a rotary tiller on slopes 3:1 or flatter. For slopes greater than 3:1, prepare topsoil in a safe manner. 3. Excavate an Initial Channel (IC) trench a minimum of 12 in x 12 in (300 mm x 300 mm) across the channel at the downstream end of the project (Figure 1). Deeper IC trench and/or hard armoring may be required for channels that have the potential for scour. -- P Y R A M AT FLOW OF WATER OR DIRECTION OF PREVAILING WIND PYRAMAT41) 75. -\ SEE NOTE, \ COMPACTED BACKFILL (300 mm) III -III -III-I t =III II' r I (300 mm)- PINS ON IT -------- (300 mm) CENTERS, SEE DETAIL 5 DETAIL 9: INITIAL CHANNEL (IC) TRENCH(DOWNSTRLAM) Page 2 of 14 Figure 1: Initial Channel (IC) Trench 4. Excavate a Crest of Slope (COS) trench a minimum of 12 in x 12 in (300 mm x 300 mm) along both sides of the installation. Each COS trench must be a minimum of 3 ft (900mm) over the crest of the bank, preferably on a relatively flat surface (Figure 2). COMPACTED BACKFILL PYRAMATO, \ SEE NOTE 1 3 I-1 111-111 {0.9 m} MIN (300 MM) - i 11-1 -III-I 1 1 I-III-111- I I-111E1(30Dmm) _ -I PINS ON 12" (300 mm) CENTERS, DETAIL 1: CREST OF SEE DETAIL 5 SLOPE(COS)TRENCH Figure 2: Crest of Slope (COS) Trench 5. Excavate a Terminal Channel (TC) trench a minimum of 12 in x 12 in (300 mm x 300 mm) across the channel at the upstream end of the project (Figure 3). Deeper TC trench and/or hard armoring may be required for channels that have the potential for scour. 6. If seeding, refer to VEGETATION E S for additional considerations during site preparation. FLOW OF WATER OR DIRECTION OF PREVAILING WIND PYRAMATO, COMPACTED SEE NOTE 1 BACKFILL i 1 III-1 1 0 � I-III-11 I�hr � III III -III -I I' (300 mm)I 1- 111-I i- PINS ON 12" (300 mm) CENTERS, SEE DETAIL 5 DETAIL 10: TERMINAL CHANNEL (TQ TRENCH(UPSTREAM) Figure 3: Terminal Channel (TC) Trench G PYRAMAT® PYRAMAT LAYDOWN Page 3 of 14 1. Starting with the downstream end of the site select one of the COS trenches to begin the PYRAMAT LAYDOWN process. To ensure proper anchoring of the overlapped areas the proceeding roll width must be laid out before the current roll width can be anchored with exception to the final roll width at the TIC trench. For straight sections of a channel, PYRAMAT panel lengths should be long enough to construct both COS trenches while also covering the surface of the channel being armored. (Figure 16) Panel edges should rest perpendicular to the channel center line. For best results, panels of PYRAMAT should be continuous and free from seams or roll end overlaps that are parallel to the centerline of the channel. Panel edge overlapping should follow a pattern of placing each proceeding panel's edge overtop the previous panel edge, shingling the panels in the direction of the water flow. 2. Lay the PYRAMAT panel on the downstream side of the IC trench (Figure 4). Place the panel edge in the IC trench, ensuring full coverage along the bottom of the entire IC trench with the PYRAMAT (Figure 5). FLOW OF WATER OR DIRECTION OF PREVAILING WIND / IC TRENCH PYRAMAT® PANEL III IIILilII III III III III �I,,IIIIIIII11111=IIIIIIIIIIIIIIIIIIIIII;,III=III- I II�1117I Figure 4: Initial Channel (IC) Trench Alignment FLOW OF WATER OR DIRECTION OF PREVAILING WIND IC TRENCH PYRAMATS PANEL III III IIIHit 111 III III ,III -III-III-' 1=I I I=I 11= Figure 5: Initial Channel (IC) Trench Placement 3. Secure PYRAMAT with pins in the IC trench (Figure 5). Pins should be made of steel with a 0.20 in (5 mm) minimum diameter, having a 1.5 in (38mm) diameter washer at the head, and a length between 12 and 24 in (300-600 mm) with sufficient ground penetration to resist pullout (Figure 6). Longer pins may be required for looser soils. Heaver metal stakes may be required in rocky soils. Suggested placement of pins for the IC trench is along the bottom of the trench with pins on 12 in (300 mm). 0 PYRAMAT® ,- 1.5' (38 mm) DIAMETER STEEL WASHLR 0.20' (5 mm) DIAMETER STEEL 12-24' SEE NOTE 2 FOR L PIN DESCRIPTION DETAIL 5: PIN Figure 6: Securing Pin 4. Backfill and compact the IC trench (Figure 5). Page 4 of 14 5. Fold the PYRAMAT panel over the top of the compacted IC trench (Figure 7) and place each panel end into the respective COS trenches. Figure 7: Initial Channel (IC) Trench Complete 6. Place the next PYRAMAT panel by laying the PYRAMAT roll so that the roll end points towards the COS trench (Figure 8), with a 3 inch (75 mm) overlap created at adjacent panel edge locations. Ensure that adjacent panel edges maintain a minimum 3 inch (75 mm) overlap during PYRAMAT LAYDOWN (Figure 12). 7. Secure PYRAMAT with pins in the COS trench (Figure 9). Suggested placement of pins for the COS trench is along the bottom of the trench on 12 in (300 mm) centers. Pins should also be installed on panel edge overlaps in the COS trench. Figure 8: Top of Bank (COS) Trench Alignment 4) PYRAMAT' Figure 9: Top of Bank (COS) Trench Placement Figure 10: Perpendicular Placement of PYRAMAT across Channel 8. Backfill and compact the COS trench in the location of the first PYRAMAT panel only (Figure 9). Page 5 of 14 9. Unroll the PYRAMAT roll on the channel surface in the area to be armored. (Figure 10) Ensure that PYRAMAT has intimate contact with the ground and all irregular surfaces beneath PYRAMAT are removed. 10. Secure PYRAMAT panels in place using pins across the channel surface according to the project's engineered design. Pin placement should reflect a checkerboard pattern across the channel surface for best results (Figure 11 and Figure 12). • Roll edges shall be overlapped a minimum of 3 in (75 mm) with pins placed on 12 in (300 mm) centers (Figure 12). • Roll ends shall be overlapped a minimum of 6 in (150 mm) with upstream panel on top. Secure roll end overlaps with two rows of pins staggered 6 in (150 mm) apart on 12 in (300 mm) (Figure 13) • For channel bank heights or channel bottom widths greater than 45 ft (13.7 m), install simulated check slots. This method includes placing two rows of pins 12 in (300 mm) apart on 12 in (300 mm) centers at 45 ft (13.7 m) maximum intervals or across the midpoint of the slope for slope lengths less than 60 ft (18.2 m) (Figure 14). • At the break in slope interface towards the channel bed, it is suggested that Pins be installed on 12 in (300 mm) centers (Figure 15). PYRAMAT Page 6 of 14 �PYRAMAT®, SEE NOTE 1 -7 I 1 I I r VERTICAL PIN SPACING PER PIN SCHEDULE 1 I I PIN, SEE DETAIL 5 HORIZONTAL PIN SPACING PER PIN SCHEDULE DETAIL 3: PIN PATTERN Figure 11: Example Pin Pattern FLOW OF WATER OR DIRECTION OF PREVAILING WIND PINS ON 12" (300 mm) CENTERS ON ROLL EDGE _ 3.OVERLAP MIN SPIN E DE AIL 3 OVERLAPS (75 mm} PYRAMATO. SEE NOTE 1 OFFSET PINS AS SHOWN TO CREATE A CHECKERBOARD PATTERN • PIN,SEFDETAIL5 DETAIL 4: PIN PATTERN I I I r Figure 12: Example Edge Overlap Pattern PYRAMAT' TOP OF SLOPE I UP STREAM PYRAMI SEE NOTE 1 FLOW OF WATER OR DIRECTION OF PREVAILING WIND 1 MAX (300 mm) 6" MIN (150 mm) ROLL EDGE J L OVERLAPPING END BOTTOM OF SLOPE! DOWN STREAM NOTE: PYRAMAT SHOULD BE SHINGLED IN THE DIRECTION OF THE DOWN SLOPE AND FLOW PIN, SEE DETAIL 5 DETAIL 6: OVERLAP AT ROLL END DETAIL Figure 13: Roll End Overlap PYRAMAT®, SEE NOTE 1 ��IIIf IIII iIIII 45' MAX OR NEAR MIDPOINT OF SLOPE 1 MAX r" (300 mm) V MAX • PIN, SEE DETAIL 5 (300 mm) DETAIL 7: SIMULATED CHECK SLOT DETAIL Figure 14: Simulated Check Slot PYRAMAT®, SEENOTEI PINS ON 12" (300 mm) CENTERS SEE DETAIL 5 DETAIL 2: BREAK IN SLOPE INTERFACE Figure 15: Break in Slope Interface Page 7 of 14 PYRAMAT Page 8 of 14 11. Secure PYRAMAT with pins in the opposite COS trench. Suggested placement of pins for the opposite COS trench is along the bottom of the trench on 12 in (300 mm) centers (Figure 16). 12. Backfill and compact the opposite COS trench in the location of the first PYRAMAT panel only (Figure 16). Figure 16: Top of Bank (COS) Trenches Complete 13. Continue to work down the length of the channel by repeating steps 6 through 9 overlapping each adjacent PYRAMAT panel by 3 inches (75 mm) (Figure 12).The last PYRAMAT panel should terminate on the Terminal Channel (TC) trench with pins on 12 in (300 mm) centers 14. Lay the last PYRAMAT panel on the upstream side of the TC trench (Figure 17). Place the panel edge in the TC trench, ensuring full coverage along the bottom of the entire TC trench with the PYRAMAT (Figure 18). 15. Secure PYRAMAT with pins in the TC trench. Suggested placement of pins for the TC trench is along the bottom of the trench with pins on 12 in (300 mm) centers (Figure 18). FLOW OF WATER OR D IRLCTION OF PREVAILING WIND TC TRENCH PYRAMAT® PANEL ' -III-III-III-III-III III-III-III-1 I �- -I i �-III-III-III-III-III-III-I 11- -"'-lll��il l 11 l llll��ll ll��,l l l- Figure 17: Terminal Channel (TC) Trench Alignment FLOW OF WATLR OR DIRECTION OF PREVAILING WIND TC TRENCH PYRAMAT®PANEL �-" � III. III III III III III, III I �,� i III; IIII- _PIN -I I ,IIII Illllii�lll- Imo, Figure 18: Terminal Channel (TC) Trench Placement 16. Backfill and compact the TC trench (Figure 18). 17. Fold the PYRAMAT panel over the top of the compacted TC trench (Figure 19) ensuring a minimum 3 inch (75 mm) overlap and place each panel end into the respective COS trenches. PYRAMAT 6 FLOW OF WATER OR ~ DIRECTION OF PREVAILING WIND TC TRENCH - PYRAMATO PANEL ROLL EDGE OVERLAP _III =III-1 11=III=1 I III-III=1 I I� I� "IIII�IIIIIIII III .I�;�II, I I Figure 19: Terminal Channel (TC) Trench Complete Page 9 of 14 18. At a minimum, PYRAMAT panels should be pinned entirely across the channel surface, pins should be installed in the trenches, and the trenches should be backfilled and compacted at the end of each day to minimize rework in the case of a major rain event. Specific project conditions may warrant further evaluation of installation order for ease. An example elevation view (Figure 20) of a channel armored with PYRAMAT can be seen below for overall reference. Consult Propex Engineering Services at 800.621.1273 with any questions that you may have. SEE DETAIL 7, TYPICAL PYRAMAT00, SEENOTEI SEE DETAIL 10. !— SEE DETAIL 6. TYPICAL -I� - / TYPICAL — _ III see DETAIL2, TYPICAL /-III r I III II -III E77 s II NOTE: ALL PINS ARE NOT SHOYPN FOR THE PURPOSE OF CLARITY ELEVATION 7; PERPENDICULAR INSTALLATION OF PYRAMAT® HPTRM IN A CHANNEL Figure 20: Completed Channel Elevation View VEGETATION ESTABLISHMENT Vegetation can be established with PYRAMAT by broadcast seeding, hydraulic seed application (hydroseeding), or sodding. Seed application rate, seed type, sod type, and irrigation rate should be selected based on local or site specific knowledge and time of year. For best results, consider having a site specific soil test performed to help determine what soil amendments, such as lime and fertilizer, need to be incorporated into the soil to promote healthy vegetation. Irrigate as necessary to establish and maintain vegetation until 75% of vegetation has established and has reached a height of 2 inches. Frequent, light irrigation will need to be applied to seeded areas if natural rain events have not occurred within two weeks of seeding. When watering seeded areas, use a fine spray to prevent erosion of seeds or soil. Do not over irrigate. Proper irrigation guidance is provided under the Maintenance portion of this document. PYRAMAT PROJECT SPECIFIC CONSIDERATIONS Page 10 of 14 1. For applications that require special transitions (i.e. connections to riprap, concrete, T-walls, etc.), refer to the project specific drawings or consult with Propex Engineering Services at (800) 621-1273. 2. A deeper trench and/or hard armoring may be required when channels have severe scour potential at IC and TC trenches. 3. For installing PYRAMAT panels around curved sections of a channel, trim panels at an angle so that no more than two layers of PYRAMAT overlap at any point in time. Additional pins may be needed to secure panel edges towards the break in slope interface depending upon the radius of the curved channel. Install pins as necessary to securely fasten PYRAMAT to the ground. 4. Allowable Vehicle Traffic: A. If using equipment on PYRAMAT, it should be of the rubber -tired type and should avoid sharp turns. Tracked equipment is not permitted to drive over the PYRAMAT without vegetation at any time. B. Avoid any traffic over PYRAMAT if loose or wet soil conditions exist. 5. Disturbed areas should be reseeded. If ruts or depressions develop for any reason, rework soil until smooth and reseed or sod such areas. SHORT-TERM AND LONG-TERM MAINTENANCE The purpose of this section is to provide some general guidelines for performing short-term and long-term maintenance of PYRAMAT with respect to maintaining vegetation reinforced with PYRAMAT, and patching of PYRAMAT (in the event it needs to be removed or replaced). These procedures are to be considered minimum guidelines for proper maintenance, and further maintenance techniques may be appropriate considering local practices and procedures. PYRAMAT PROTECTED CHANNEL For PYRAMAT to be most effective, it is important to ensure that it is properly maintained both during construction and after construction. Identifying trouble areas is easy with PYRAMAT, and it can make identifying potential threats much simpler and manageable. Look for areas with sparse, dying, or no vegetation as these are obvious signs that PYRAMAT is losing intimate contact with the channel surface. If loss of ground surface occurs, PYRAMAT will need to be removed and reinstalled as described in PATCHING AND REPAIRS Section after the eroded area is backfilled with compacted soil that is similar to material of the slope. After PYRAMAT is reinstalled, re-establish vegetation on the newly installed PYRAMAT and disturbed areas. Monitor the sites to determine if frequent watering may be required to establish vegetation. To minimize exposure to unwanted maintenance and repair, PYRAMAT armored channels should be free of unauthorized vehicular traffic. Routine maintenance and slope inspections should be performed with rubber tired vehicles. Tracked equipment such as skid steers, excavators, or dozers should only be allowed to traffic over PYRAMAT in times of emergency after vegetation establishment is complete. Failure to control unauthorized traffic can result in PYRAMAT being damaged resulting in erosion below PYRAMAT during storm events. In addition, routine mowing maintenance should be used to keep the protected area free of unwanted brush, saplings, and trees. Selective herbicides that target only the unwanted plants can be used as long as the vegetation established with PYRAMAT is not impaired. Failure to control the sapling and tree growth can result in the trees being uprooted during a flood. '10A' PYRAMAT MAINTAINING VEGETATION Page 11 of 14 Good vegetative cover will ensure maximum performance of PYRAMAT. Vegetative cover care starts before a project is complete and is ongoing until all PYRAMAT is installed. Vegetative cover should be given every opportunity to grow and establish well. This will require that a contractor periodically fertilize, water, and mow the grasses as needed until a project is complete in the short-term, with the owner of the channel fulfilling the maintenance of the channel in a similar fashion for the long-term. For the entire lifecycle of PYRAMAT, every effort must be made to prevent unauthorized encroachments, grazing, vehicle traffic, the misuse of chemicals, or burning during inappropriate seasons. 1. After the installation of vegetation is complete, immediately water and soak the entire area using a fine spray to prevent erosion and loss of seeds. A suggested amount of water is identified below. Prior to installation if using sod, the sod pads in storage should be kept moist at all times and not stored for more than 24 hours from site arrival to installation. Warmer weather will necessitate more frequent applications than listed below. A. For each reach/segment of installed vegetation, watering shall be conducted immediately after each installation or the day's work. B. For initial vegetation establishment, water vegetation in a manner consistent with best practices for vegetation type and location. C. Establish a watering schedule and follow until vegetation is well established and will thrive in the absence of manual watering. D. Avoid excessive application of water, so that surface runoff does not occur. Runoff should be prohibited. However, additional watering may be required for repaired or damaged areas. 2. Fertilizer should be applied as needed to address any nutrient deficiencies revealed in soil testing. 3. Implement best practices for mowing over PYRAMAT. While PYRAMAT is designed to withstand non - hydraulic stresses such as mowing, there are procedures to minimize exposure to unwanted damage. A. Immediately after installation, signage and post shall be installed stating that "Vehicles and Pedestrians are Prohibited from Access" on the slopes and the newly installed vegetation. Signage shall be posted every 1,500 lineal feet. B. Vegetated areas should be mowed to a height no less than 6 inches and no greater than 12 inches from natural ground after a period of 60 days of growth. The excessive grass clippings created from mowing shall be evenly spread on the slope section outside of the armored area. Periodic and final grass mowing should be performed until final inspection and acceptance of slope work. Monitor the vegetated areas throughout winter months and generate reports as needed, noting any issues that should be addressed. Minimum mowing heights will depend on the vegetation density and should be as follows: i. 6" with 0 - 30% vegetation establishment ii. 4" with 30 - 70% vegetation establishment iii. 3" with 70 - 100% vegetation establishment C. To prevent damage to the newly established vegetation, the mowing tractor should be fitted with 3-rib agriculture tires. Note that tractors with 8-foot flail mowers provide best results. Tractors with 15-foot brush hogs should avoid sharp turns up the slope to prevent damage to vegetation. PYRAMAT Page 12 of 14 D. Mowing should not take place for a minimum of 48 hours after a rainfall event of 2 inches or more to minimize the potential for rutting and/or damage to the slope surface. Maintenance mowing of the slope should be done on a consistent basis to prevent vegetation growing to more than 3 feet in height. This will minimize thatch thickness and potential damage to PYRAMAT. If turn -around pads are present, operate mowing equipment utilizing the turn -around pads to the fullest extent. The mowing blade height over PYRAMAT should be a minimum of 8 inches. However, should vegetation grow to more than 3 feet in height, the mowing blade height for the condition should be a minimum of 12 inches. 4. Some special circumstances may exist. When mowing the crown of a slope with a crown or crest equal to or exceeding 20%, it should be mowed with an articulating arm mower to minimize the potential for the mower blades to the catch PYRAMAT at the channel surface. The articulating arm mower should be level on the surface with the articulating arm extending over the crown. Pay close attention to areas where the slope changes. The mower blades should be set at a minimum height of 8 inches. If the PYRAMAT is damaged by the mowing blades at any time, mowing should stop immediately and further direction should be obtained to continue activity. Repair the damaged area as described in the PATCHING AND REPAIRS section below. 5. PYRAMAT protected channels are not as susceptible to animal burrowing due the tenacity of the PYRAMAT; however, inspections to detect the presence of burrowing animal activity are generally most effective immediately after the slope has been mowed. Animal burrows that are identified should be thoroughly excavated and inspected, backfilled with compacted soil that is similar to material of the slope, and vegetation re-established. This will avoid the possibility of water piping through unfilled portions of the burrows. Should PYRAMAT be damaged, it is to be repaired as described PATCHING AND REPAIRS section below. PATCHING AND REPAIRS PYRAMAT may require localized repair at times. For emergency repairs, an adequate supply of PYRAMAT should be maintained in inventory with the necessary tools to install. This will allow for a timely, initial repair of the system. 1. In order to identify areas in need of repair, the site should be patrolled immediately after mowing and after rain events of 2 inches or more. When patrolling look for areas of sparse vegetation, exposed edges of PYRAMAT, and areas where direct contact between PYRAMAT and the channel surface is compromised. PYRAMAT should be rated as Acceptable, Minimally Acceptable, or Unacceptable during inspection. A. Acceptable (A) - The rated area is in satisfactory, acceptable condition, and will function as designed and intended during the rain event. PYRAMAT has no exposed edges, is installed tightly by maintaining direct contact to the channel surface with no rilling beneath, and has over 90% vegetation cover. There is no noticeable damage present. B. Minimally Acceptable (M) - The rated area has a minor deficiency that needs to be corrected. The minor deficiency will not seriously impair the functioning of the area during the next rain event; however, the overall reliability of the project will be lowered because of the minor deficiency. PYRAMAT has 75% vegetation cover with un-vegetated patches as large as one square yard. Edges of PYRAMAT are exposed with noticeable damage. Minimal erosion has occurred underneath PYRAMAT. C. Unacceptable (U) - The rated area is unsatisfactory. The deficiency is so serious that the area will not adequately function in the next rain event. PYRAMAT has been physically torn, ripped, or lifted from the channel surface. Less than 75% vegetation cover is present with un-vegetated patches being greater than 1 square yard, and there is evidence that erosion is occurring beneath PYRAMAT. PYRAMAT Page 13 of 14 2. Repair any raised or exposed edges of PYRAMAT by driving existing and additional pins along the edges as necessary to securely fasten to the ground. Inspect areas where the vegetation is not growing on top of PYRAMAT. Many times this is an indicator that PYRAMAT has lost contact with the ground beneath. Check for voids beneath PYRAMAT and fill any holes, gullies, etc. with compacted fill material if possible. Replace PYRAMAT as described below. 3. To repair PYRAMAT, cut out and remove damaged areas in a square configuration a minimum size of 2 ft by 2 ft. Remove all vegetation and debris atop of PYRAMAT. Loosen the top 1 to 2 in of soil in the patch area then seed. The subgrade of area to be patched shall be prepared to be smooth and uniform and transition smoothly into the in -situ area. Cut a square PYRAMAT patch a minimum of 12 in greater than the damaged area for all four sides of the patch. Overlap the patch area in all directions a minimum of 12 in. The patch overlaps shall be tucked under the existing damaged PYRAMAT material (Figure 21 and Figure 22). Figure 21: PYRAMAT Patch Cross Section Figure 22: PYRAMAT Patch Plan View 4. Install pins on 6 in (150 mm) (max) centers. For larger areas of damage, anchors should be installed to match existing anchor pattern. Once PYRAMAT is in place, vegetate per project specifications. '�A' PYRAMAT SUMMARY Page 14 of 14 Maintenance should consist of watering and weeding, repair of all erosion, and any re -seeding as necessary to establish a uniform stand of vegetation during construction and beyond. A minimum of 70% of the armored area should be covered with no bare or dead spots greater than 10 ft2 (1 m2). Establishing vegetation should not be mowed prior to 70% vegetative density and a minimum grass growth of 4 in (100 mm). Throughout the duration of the project, the contractor should be responsible for mowing to facilitate growth and should not let the vegetation in the armored areas exceed 18 in (450 mm). In addition, the Contractor should water all grassed areas as often as necessary to establish satisfactory growth and to maintain its growth throughout the duration of the project. After the project is complete, it is the responsibility of the Owner to maintain and upkeep all PYRAMAT installed areas for long term performance and best results as described herein for superior channel armoring.