Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 55026
1I11i0 :''+180J� J0 JU10 & i \ :1 l i0.1� FORT WORTH CONTRACT FOR THE CONSTRUCTION OF �._5 FlYI 156 from US81/287 to Watauga Road Water Improvements Project Betsy Price Mayor City Project No. 101682 Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department July 2020 Prepared by: David Cooke City Manager Kinnle >>>H®rn 1 ./. !(l �V1)l.•r vu a.�.a.i.4vl aa�r r �1 •iil '11G KHA No. 061018227 07�30/2020 i CARL T. OeZEE••• y, ....87685• fE I FORTWORTH,, '4* City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 _Mayor and Council Communication 07/01/2011 000515 Addenda _ 07/01/2011 001.1 13 Invitation to Bidders 03/09/2020 0021 13 Instructions to Bidders 03/09/2020 nn�� n7I'1v7r2o Uia 00 W0z0" 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 _Proposal Form Unit Price 01/20/2012 0043 1.3 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 07/01/2011 0045 12 Prequalification Statement 07/01/2011 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Min2!�iLtX Business Enterprise Goal 06/09/2015 00 45 41 Small Business Enterprise Goal 06/09/2015 00 52 43 Agreement 09/06/2019 0061 13 Perfolxnance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 00 73 00 Su lemen Conditions 03/09/2020 Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Progress Schedule 07/01/2011 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 0135 13 S ecial Project Procedures 12/20/2012 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 0158 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 CITY OF FORT WORTH FM 156 from US811287 to Watauga Road Water improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 07/01/2011 01 78 23 O eration and Maintenance Data 12/20/2012 01 7839 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date A X-A! --A Division 02 - Existing Conditions iriuuiiIVU n41 -'4 0241 15 64einn f l - rnne nr to 03 30 00 Vu Cast -In -Place Concrete 7/30/2020 0=3 34 n 03 80 00 ivicinn 26 - F.Jortrion] ;—cinn 'Al - 11T.arthwnrk Division 32 - Exterior improvements 32-Bi 32 0i i$ 32 Ai 29 332-1-1- 32 it 29 32 1-% 321 32 W 20 a -Driveways and43affier- Ffee Ramps 332 W 32 14-16 CITY OF FORT WORTH FM 156 from USS 1/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 Division 33 - Utilities CITY OF FORT WORTI3 FM 156 from 1188 1/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICA'riON DOCIJMEN'r5 City Project No. 101682 Revised March 9, 2020 0 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 F I Technical Specifications listed below are included for this Project by reference and can be +, viewed/downloaded from the City's website at: http:/Ifortworthtexas.gov/tpw/contractors/ CITY OF FORT WORTH FM 156 from US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 or htt[ls://apps.fortworthtexas.2ov/Pro j ectResou irces/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal �- 02/02/2016 Division 03 - 03 30 00 Concrete r� 03 34 13 _ + uU� Atl Cast T- Plaee Controlled Low Strength Material CLSM 12Q0/201 1 �.r �vrto'rs 12/20/2012 03 34 16 Concrete Base Material for Trench Re air 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 2605 10 Demolition for Electrical Systems —Raceways 12/20/2012 26 05 33 and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31 - Earthwork 31 1000 SiteClearin 12/20/2012 Z 123 4flt ��Q�nt 91-23-29 Ber-rew � �a 31-24-00 Events n t r284 3 .. � r �- ors-vz-� 31 25 00 Erosion and Sediment Control 12/20/2012 34-36-09 dons 31 37 00 Ri ra 12/20/2012 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Tem 9Eary Asphalt Paving Repair 12/20/2012 32 0129 Concrete Pavin Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 3211. 29 3244-43 Lime Treated Base Courses Cement t T+eated-Basve- f - - - 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 4L20/20 TZ 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Rams 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valle Gutters 110AW 2 10/05/20 6 32 1723 Pavement Markinas 11 /22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 CITY OF FORT WORTH FM 156 from US811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 City Project Na. 101 682 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of9 4 1 1 1 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retainin Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 34SJ3-3 T.-...��, .,,+.1 �`l,.-.,4.., l i22090q rLrzvrLvr 33 J l '1 !`1TLfz'nvT oz 3-013 no rnv,r lt..�r 10 33--03-10 ti r on 3304 10 33 04 11 Imo,,.-.-esi ..,. !'*, nt al Test GY+.,+.,., 490/201 33Cathodie , r�_r n r�vrivi i 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Gleaffing of Sewef Mains 12r�,20/0F 3305 10 Utility Trencb Excavation, Embedment, and Backfill 12/12/2016 3305 12 7 7 LO 0 2 3305 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 33 05 l ��� �o , nr r2f�o 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 3305 16 Concrete Water Vaults 12120/2012 3305 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride VC Pressure Pie 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-)Ylaff ed, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 Water Services 1-inch to 2-inch 02/14/2017 110 33 3-1-2 1 1 Watef Metef& 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01/03/2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 3331 12 Cured in Place Pi pc CIPP 12/20/2012 ICITY OF FORT WORTH FM 156 from US811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 'J-_rt—rJ , 'i 1',rzvnviz 2144gh Density Pipe fof Sanitary Sewer i `1 !`1r n6 n 3 1-1nn r2 n, n u vrz-vrz Pipe 3 �, 2 �r L-2 iarnnrnnr, n L, �.�z 33--34-2-3l�n/to�n� 33-34 50 ne r�01-3 33-34-70 , 2 r�rIOQ0 ,_2 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 333920 �Precast Concrete Manholes 12/20/2012 33--3ty v n r O 104-2 33 3� 48 , 2 r ; 2 33-3#-60 i�i��n�r� r�i 3-3-4 8 OW4bQO44 33 41-44 -Stofm, � ram, -2 33 n, , , 33-" 1`Mni_ !may 33-46-" n� rnn Tfe,,e ice,...:,.., 9--49-f0 rUV« nop 1.r.,f-4oles a r._r «: a n�_. i242 U� i RA 1 nt 33-49-29 12Q lei 314-9-45 nnrn r Division 34 - Transportation 3A 10/12/20 15 " V441RG.o.ntffillef Gab4tf,4 1248/204-5 /�/ 34-41- �4-02 v�.i2&�2 /i /t�03 34A444 Tewtpor-a!y, , rim /2013 3.4 -04-4-4 , � i�x.t 34- 41--1-5 7 r%, r013 34-93-1-6 34-40 , lrn7,12 34-41--24.,0 n� rev 15 34 n, 20 nn �-rrzVvz Freeway LED Roadway h 0�I, car�iivi-5 n, zn n� �4 r-rrzvv`r Residefftial LM Roadway bu 06454015� 34 41. 30 Aluminum Signs 11/12/2013 34-41--59 n� r� 34 71 13 Traffic Control 11/22/20I3 CITY OF FORT WORTH FM 156 frorn US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 I 00 00 00 STANDARD CONSTRUCTION SPECIFICATIONi DOCUMENTS Page 8 of 9 0 I I Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH FM 156 from USSIl287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 City of Fort Wolter, 'Texas Mayor and Council Communication DATE- IV2W0 M&C FILE NUMBER: M&C 20-07V LOS NAME: Q0FVj66-GIRCLEC-KHA SUBJECT (CI) 2 arA OD 7) ALslhori2v Execution of A mpndrinwi I No. 1 in the Amount of $90.000. 0 to an 1: n$Inearing A§jroam ant with Kimley-i-tarn and AssocWles, frFa For Farm is Market Raad 156 from tlnllad SWEM Roirle 8 TfZ87 ti) Waiaoga Road Mt!j lrrmpRwernen;s, 1lulhown Essrrcuilrm of a Con!ract with 1fi INUM J_ Schultz, Inc. dba Ckdo C ConSrructiorn Company, In Ille Asnoirisl of $2.,746,775.OE For ibe FArm Itw MaFkict Road 156 lmrn grilled StakLs Roula 811287 to Watauga Road Wbl erfmpriwomenls, PaivIde for Pr*ct Calls Far a Project lVaj In tiha Amount of ,2aS,525,00, Adopt Rar.NwWri Expressing Oificlal rntarlt lit ftmburee ExpeiAi3ure& with Pfoceede at Future Ueht and Akdopl Appropriallon OF&nanco IxE� M� ENRAIUM It iS r&=1Y11n*. deit ih3t the CiV CaurlCD'. r _ Authmiza the exeru Elan a# Ameradrne111 NP, 1 10 City Secrelary Conlracl No. 914 .:m engineering acgreeoie nt wllh Kimley-Ham and Associates. Ina, in the atlIntjot of $90,000.00 far wQrar tiov 9upporf serviras far the Fam1 is Markel Rcrad 156 fFOM Urrltod Stalest Roura 91 (29710 Utiietauga Road Water Improvements prof ec! for a rmdsed contract amount of $490,01)0, 00; 2, Authorize the-axacudon of a ccmtrac t with "liam ,1'_ Schultz, I". dba Circle C Cunstamodon Company, In the amount of 52,746,775,00 for the t~anm to Market Road 156 frown United Sidles Roula lei 1287 to Watauga Rosld Mler Impmvama=nLa pi-olml, 3. Adopt the attached raas(Aulion axpreusing official intent 10 relmburse expenditures with pt'mcat3ds of future debt for the Faun to Market Road 15fa frnl n US 811287 10 Wafarrga Road Water Improvements pFojgd; and A. Adopt the attached Approprlatluo Ordinanea adjustlna appisapfiatians in the Water acid Sewer Commerclal Paper Fund by irpere4ning apprapdallorm Ire the amount of $3.266.525.00 In the Farm to C4TartCmr Ro" 1 U #rout United Slatda Rou to 8i1287 Water Impruvaments project (City Prpjed No- 101682) and dei�reaeing appropriations in Ihe-Unspadlled Project (City Project No. UNSPEC� by iha sigma amount. Orr SopreMIrj&r 11, 2018 Mayor and Council rnm4jnlcatlnn (MAG Cr28838), the city Council -rI Iiltiri,eed are anginmring agraen>'ent with kanlay- Harn and Alssoclokn, I nc. {City. Secretary Conlrant No. 514341). in the amount of $400,000-W for design of Farm ice Market Road (FM � 156 from Unllmd Sle li'-5 Route (us) 81 Q07.ta Wal"a Road Water tmpravzmerits prof ems#. As poi I of Amendment No, 1, Me engineer will perfann csxtelrucllon m*pvrtsefvices �ncluding shots 4frawing5 &td aubrrrJM rkayiows, #range rN-de.r Feview and site lrwpedinrm. the Texas Qeparlmenl of Trariepartailan MDOT) proposes Ia reconshurctand Widen FM 156 (Blue Mound Road) from US 81-287 to Watauga F aaq. This project has als a been Ideritlfied and spadfieally li .Wd Irr Mrzblllly 20413= Metminnillan TrAnVQrtallon Flan for North Can lral Texas, deuatoped by North Ceti tral Texas Council of Governments (NCYCOG)_ Dun to conillcN wilts the proposed raadway sod dmirlaije corislrua(inn, walar nwIn relwatians or vaulmruoira edliAments necBssary $lon the F M 166 corridor at Itie fbllowiny uassirrgs: Hahlago Tram PaTkway,Coppar Cressltia t]Nve, Harman Road. and E. Ballet' S06Well Road, Hasawnod Saulmnl and V& 3.Iem Cenlar Soulawpd, ComKici:ian cif the project was a&+ fflsed for btd an July 30, 20M anti August Sr 2020 In the Forf UUk dh Slfff4ekprarrr. On Sekptembigr 3, 2020 the failow.Ing h�fs wom mwlvad. BIDDER AFuSCJ 4N T TWE OF COMPa-1* nON VSchwarz Inc. dba CiMa C Construcllnri Company %2.746,775.00. 280 Ci#Iender Dayslructinra Mountain CasCada or Texas, I.LC $2,8�r7,989.0� on Contra =F SeMces, LUC �3,6BS,57{3.6Q .lackson CtirrsjiL0on, LLC 3.783,555,00 Irk addliion to fire Contract cast, $292.411,00 Is regulrad ear paojeCt management. Inspmc50n and material tesiing acid $137,339.0 Is pfOVIded rDr project contlnp&ncy. This project Is amllolpated 10 be it cdrJded In -a futum revpnue bond issue for the Walar & Sewer Fund. AvallnMo r h within Use Watef and Sewer pprVolio and the Crty's pa tFolfo along with the appropriations authority aulhorrred under tha Callable Corrimeroat Paper program (CP) will be used to provide Jntarim financJng Rar Wr, pn4ect until 0ht Is 1aswal, To the Lxfent rssnurws oM er i han tha Water and Sewer poNTialia are wed to prdvrdo Interim Gteanr rig, the Vijatox S Sewer Fund will be charged interest That is aquivaIa t to Iha oiaretl race of return be6g enmed by Cho City lroi 110110 (curren IJy appr ximamry 2,3 percent annually),'Should illo t31tys partfalic rut support the Mquidity needed to provrda arl inlerlm slvorl-term fiinandrig �aurce, a naltrar N rkllrig smprce will be replred, wh Icii courd mean Issusnea of sepuril under rho C? Progtam Dr earlar issuance of Water and Sewer revenue bonds than is curnantly planned- Ohm dobl dr-0dated with Ihie pfopKI is aold, bond proceeds will be ur+d to relMbLime the Water and Sower portfolio and Ilia CRys por0ollo In aocardurice wilh ihaa#techad aiimWrsomont vesaluiian- The CUy Council apVTavod the Via ter DoparUxr rs Fi5cal Year 2020-2024 rive Year Capllal Improvamant Purr on Septdmber 17. 2010, This City Ccwrsoll apprGveW plan lr,Cludr:s this specliic project, with funding lif"ried lhfpugll llle CP program to bi' reimbursed with future ravontin bonds- to aoGordance with the pruvlslorls of 11te Finaricla I Managemr: at Polley Statements, ataff anllripatas prosentIng raventm-supported debt issued within approxlmaNIV three years 1.0 provide relmbursement For these axponRas_ 1r11rat does not occur, the caste. will no longer be 4mtwrzabre by Issuing tax-exempt debt acid the fund" sourea will have la be made whole through other budgetary melhods. Ad pUnn of lhis reWtAian dflex nat obligate Ilia Coy is sell bands. but presahev , Iha ability loxeirriburso Uiu City frorn tax-axoinpi bond praxeedr,, Apprap{iabons for the FM lab ken+ US 811287 to Watnu+ga Road-Watar Impravagrnerirs are as depided below. Fund Falslrng Addl9ional PrelectTolal" dalbna oVinfopriarlons WS Capital Project 21119, Fund E9M% �H1Q.Op�,AO $0,Olk �814,Of 0-C� &S Gornmorclal raapar— Fursdagt $3.286,525-00 $3,2E6,525.d4 f}roaotTola! 5A1Y,600.0 $3,296r525.0 ,070,52$,{i 'Numbers rounded for presentation. T#rts pr J ct 1HHI have rdo iiiip cct an lhi: Water hepartrgenYs opefiatirrg budgat when compleled, MANBE OFFICE, Wlharii J. Schulha, ba- dbs Cltde C Consiruction Company is irk compHaince wl I1i Iha C4% SDF Ordlnanoa by commlllirig lv zero percent MBE partlelpatlon and documenirng good fejth eil'arL Willem J. Schdllt. Inc- dba Circle C Consiructlon Compaq idenlified several subcontracting arid suppliox opporluniliee. However, the rirms carLtar,tod in the areas l anlAied dd not respond or did rot submit [he list tkids, The CJIy's M13E goal ❑n this pm�ecl is seven pwe oni- MBE OF FICE: KImley-Pieta Assoclaies — A walvor of the goal for MaFJSBE euhcantnadl ng requlrements was rcquasted by Irva Departmefii and'appmved by Iha CED, art agxordance with the tb AA E or13D1= Cdinanca, 6ers00 lhel purc,liase rif Qaf,ds er.4imVic s Is frGm Sources wIlLjo &ubconiracting. or supplier Opportunities as rro,qfig1bfa, The project Is lorated In COUNC IL DISTRICTS 2 and 7- FISCAL INFogmAT[aN i cERrIFJ I.Q&, The Dim. clor of Finance mlifim 1hai upon approval of H18 agave recammrmndaliurrs and adaptlmi pf the at{i3Ched approprialion ortiiriarrca, funds will tie availobte In the VV&S Commercial Papar Fund far Iha FM In VVL RebmVorl project, Prior to any expenditure tieing lncurrad, the Water Department has the reapons1b1111yr of varlfying the avegablllty or funds, Srrbmirred for city Ma Dsira"haoffi 94t8 i]ripiiialing Sus1hP59 Unit HeAJ: Chris Hara$r 5020 AddltlarTal InformMion Cortlart: ,John tfasavluh 8480 c h c'] �' n ('� City of Fort Worth 'PO TFor! Tamn Want}, TeSrxis Legislation Details File Yk M&C 20-0787 Version: 1 NiE me: Typo- Award of Contract Cnnsent Status: Passed Fits croated- 1011G12020 In wntrol. CITY COUNCIL On agenda, 101201202E Final actiaW 101201202D Tttlw (CD 2 and CD 7) Authofte Execs, fun of Amendment No_ 1 In the Amount of $90,000.00 to an Engineof€ng Agreoment wif#i Klmtay-Hofn rind AssoQlates. Inc. fur Farm to Market load 156 from United States Route 811287 to VV;Mauga Road Water Improvements, Authorize Execution of a ContracI with VViMam J. SchuIEz, iflc. dba Circle C Construction Gopnperiy, in (ho Amount of $2,746,775.00 for the Farm to Market Road 155 from Uolli d States Route 811287 to Mtaugs (toad Watef- Improuerrments, Provido for Project Costs for a Project Total in the Amount of 3,266.5.25.00, Adopt Resolulion Expressing Official Intent to Reimburse Expenditures with Proceeds of Fulure Debt and Adopt Apprapdalion Ordinance Sponsors: liidakos: Coda sections: Attachments: 1. M&C 20-0757. 2, 60FM155-CirrleC-KHA Fib Table.pdf, 3. KI'MI So KHA SAM.pdf, 4. 60FM 156- CfrolvC KFIA Rescluflan.pdf, 5, 60FM155-C1ro1eC-A4sp.pdt, B. l}0FM155-CIRCLEC- ICHk5:019_A021 (R4). pdf Date Vier. Autl" By Aotion Result Id�XV2020 I CITY CC) UNCIL Approved C41Y of r-on W )nh Page 1 of I PTfni W art 1 t1112020 poweaed by Le h"r- I ADDEND1C M NO.1 ciTY OF ItOJIT WORTH WATE, DEPARTMENT riM 156 from U881f207 to Watauga Road 'atec• Improvements Project ULy Project No.10,1682 Addendum No.1. Issue Date. August 11, 2020 Bid Receipt Date, Augast 27, 2020 This addendum forms part of the contract documents refereiteed above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Nate :receipt of the Addendum in the Bid Proposal and can the outer envelope, of your bid. C1✓Al'1oi 1 ConstructiGn Estimate o The consteuction estimate range is :$1.8M ar d $2:0M. �PTi,+C11�GA�UI�TS Specification 001113 — Invitation to Bidder's o The revised receipt of bids date shall be August 27, 2:02i1 at the same time and location. Specie cat€on 00 4512 -- Prequali ication Statement i o The prequalification statement form is hereby replaced with the fmm attached to this document. Appendix -- GCw6.:09 Permits and Utilities c, The following attached items are Hereby added to this appendix: M TXDOT Form 1818 N TxDOT Buy America Requirements M TxDOT Buy Ameilca Frequently Ask Questions i Example Invoice All other provisions ofthe eontract doo-a vents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. A .signed copy of this addendum shall be placed into the Proposal at the time Of bid 4 submittal.. KLCE11'TA I N WLEDGED; 13y: o . Company: Co sir r Chri iaopher Harder, RE. Director, Watur Dapar ei;l By; Pony Sh lola, P.E. Assistant Director Water Department ADDED NDU.IV.0 NO.1 —_� 1';�trr4s16 � ta�Y osttxl � ta,k�. Baaa t5-9-.kiSA-'t) 5hptslier: _ Add.mss: Cotdrana No,, Materi ) Statement County; prtxjon, Control: COntrVICIOF; Sheet of i'urchnye girder Na. Quantity fARIU t9nfts) R aterial Description Mill i+Tallte heat a n. l4' werial [dse ltctiui.red irec i3oClrnt@ntuiittil 3ITH Cert. nl sistoccoifythatthe matcaaly:Yiwd.ehnrvundba-fficatiackd-aupplerncntOrailashed)urein'confomranvewiitr.ihegotierning:spec{iica3Sautlsj.-111W.is1anlsocQatrt}..rneialexnanuI.AMnubvroczsscs.larztcsra--1.1 tnatcrialspriortheapplitadnn.uleoaiingsicpuxY.I vanzlrrg. sinHngorany othettnatiogdntrptatccisorentu MEttavalttcofthcsteelorironntrval)tothreetnalctialsaccarncdinthtrilriitedStatcsofArneaiea. hianul�cCsxingprnreszrs.arodetncdssallpratxxsesxeguwwtochnapetheraweraorscmptnrtalinloChtCanish din•ptarestcclariranprnducl.?be staciteds»itl.teasrepnns{h377ts}-nniFkrfi tinnslitgtlarcofisrcdas proof otDimlestie origin. e Subscribed alld s+vorn zo be%re me this _ _ day of I dic lnrc wrdcr penally ofp.rrjtjty cruder the laws of ttrc United Slates Of America + and thr State ofTexas that: the foregoing is true and coamtaald tllat 1 am authorized to sign Firm listed below. j Notify Public t my C-Ormaissim t xpire5: a (Atithorized Carporate Official 5i.t nature) Date ('type 1Vmtxc and't'ttlg) v)rirt ?gaoio) Wj LLS.DepWment of Tronsportotion Fadefuj iNighwa .Admiriistr ti n ` cxas Division office October 3, 2019 Mr, Xyle Madsen Director, TxDOT might of .fay Division Texas Depw-iment of T,'ansportation 1:25 :fast 1Ith Street Austin, 'Texas 1870'1-2 g3 300 E 80' Strad, Rocnn 826 Austin, Texas 78701 Phone: 5 -3 -590Q ,Pax. 512-536-5990 texasJhwa dot,gov In reply Refer To: HADA, Subject- TxDOT Implementation of'Buy America Laws for Utility Accommodations Dear Mr. Madsen., The Federal Highway Administration received your letter, dated October 3, 2019, transmitting TxDOT's Buy America Guidelines for Utility Accommodations. We have reviewed the proposed guidelines and found theta to be acceptable for use on Federal -aid Projects, Thank you for your cooperation in this important .matter, if you should have any questions, please contact the at (51:2) 5.36-5957. Sincerely, Lisell Guerra Area Engincerl Utility Program Liai;:son. cc: Ms. Anna, Pulido, P.E,, Utility Portfolio Section Director Docu$fgn .Enveiope ID. Fk.'i 3t lAF-A27A•4R45-90F6-OD796DABOE19 * 10 if Texas Department of Transportation ration 125 EAST I-IT14 STREET, AUSTIN, TEXAS 7870lr2483 1512.463.8589 1 WWW.TXb0T.G0V October 3, 2010 Al Alonzi Division Administrator Federal Highway Administration J.J.. Pickle Federal Building 300 B. 8th Street, Room 826 Austin, TX 78701 Subject: TxDOT implementation of Buy America laws for Utility Accommodations The Texas Department of Transportation (TxDOT) is pleased to offer our proposed Day America guidelines (attached) to the Feder-,)i Highway Administration (FHWA) Texas Division. TxDOT will use these guidelines to clarify and implement Buy America requirements for utility relocations within the state of Texas. These guidelines are relevant for all federally eligible transportation projects where FHWA is determined to be the load federal agency; however, they do not tape precedence over projects where the Federal Transit Administration (=TA) or the Federal Railroad Administration (FRA) is determiner) to be the lead federal agency.. These procedures are intended to document the cooperative effort of the FHWA Texas Division and TxDOT. l am hopeful that you will find the attached document satisfactory and. acceptable for use on federal -aid projects. Should you have questions or require additional information, please contact Anna Pulido, P, E, Utility Portfolio Section Director, at 12-416-2852. Sincerely, tFoaUSi -ned S Ntwi Director, TxDOT Right of Way Division OUR VALUES: People . Accouret015110 - Trost • Honesty OUR MISSION- Through cottaharattnn and leadership, we del€ver a safe, ref€able, and Integrated tranw)'Utton system that enables the movement of peop)e andgo 5nts. pul Equal oppo lenity EMVJQYV Dacuftn Envelope ID. FC13a7AF-A27A-4B4r>-8#}F6-BL)706DA136E1g Buy America: Utility Accommodations Definition& Tx -DOT intends to use the following definitions to provide clarity and to assist utility -service providers as they develop. interval processes to ensure compliance with Buy America. TxDOT and the utility wil'I identify the proposed utility structures and their components that will be monitored In the utility Agreement Estimate. Anchor & i l - trength 8'olts — Anchor & high -strength bolts will be identified and consistently applied. The utility owner and TxI OT will identify anchor & high -strength bolts in the estimate, specifications or pions in the Utility Agreement as necessary for the safe and functional design of the utility relocation.. If a bolt is not called .out as an anchor or high strength bolt the supplied bolt is not subject to Buy America. Assembly Materials (miscellaneous steel) --• The collection of miscellaneous materials used to fasten, Fold, attach, secure and/or assemble materials including but not limited to nuts, bolts, U-bolts, screws, washers, clips, fittilrgs, sleeves, lilting hooks, mounting brackets, pole steps, clamps, brackets, mountings, straps, fasteners, hocks, picas, braces, disks, clevises. l:.oaaplers, snivels, snaps, crimps, trunnions, dead -ends, compression swages, and other miscellaneous materials used to assemble. Attachment l atarials — Items or material that's not an integral Dart or permanently attached to a pole, pipe, or valve. Attachment materials include but, are not limited to dross arm bracing, insulators., avian equipment, miscellaneous hardware (as defined below), fittings, racks, ladders, encasements, guy wire, strand. conductors, and tubing 0.75-inch or less in diameter. Betterinwits — Any upgrading of the facility being relocated that is not attributable to the highway construction and is made solely for the benefit of an+d at the election of the utility (23 CF R 545.10 ). Betterments as part of a reimbursable Utility Agreement roust be Buy America compliant, Conductor — A material (specifically wires and cables) that allows the flow of energy including electricity, meat, data, audiolvideo transmission; etc. Conductor Support Cables — Iron or steel cables that support conductor lines between towers or pules. Fittings — individual parts used to )airy, adiust or a:lapt a system of pipes including but not limited to elbows, tee: , oyes, crosses., nipples, reducers, GUR VALUM, People . Accowilablfldy + Trust } hibnesty OUR NSStt)N, Thrtruih w4abara#sari atictleadersh1p, we del9ver a sale, rekable and lnlegraled tr4an5p4z1at}on.Wsfem that VnObteS the movement ofpvople and:goods. AnEmployer DoCuS190 Envelope ID, FC1387AF-A27A-4845-SOF6-80796i)ABOF-19 end caps, couplers, o-lets, transitions, connectors (steady state, seismic and flexible), unions, mechanical flanges (not permanently affixed to the pipe), bushings, 110-11 rules, gaskets, 0-rings, plugs or taps. Girders —A load bearing beam or strut commonly taking the cross -sectional shape of'a circle, square, re ' ctangle, or an 1, C, L, or Z, and -assernbldd for the purpose of creating lattice towers, stand-alone platforms or transMi"lon towers. Housing Encasements — Include cabinets, housings, boxes, vaults, covers, shelves, and other items use to protect or house equipment or miscellaneous electronics. Lattice Towers — A structure that is compiled of girders and is typically used in series to support conductor cables. Maintenance — An action or application of materials necessary to keep a system functioning safely and at optimal capacity; general up -keep. ""iscellansous Electronics — Manufactured products or assemblies Iva consisting of many components such as electronic equipment, routers, switches, radios, processors, power supplies, batteries, antennas, splice cases, pre -connected hubs and terminals, and cross -boxes. Miscellaneous Hardware — An assembly of small parts that are compiled to form a finished product that is often used independently or as an attachment materiat, including but not limited to, locks, switches, cutouts, regulators, gauges, meters, barometers, strainers, filters, pilots, arrestors, insulators, ball bearings, dampeners, needle valves, braces, pipe supports, actuators, motors and pumps. Permanent Installation — Is the final location and final installation of the materials as defined on the plans or in the specifications. No further adjustments or relocations are necessary to accommodate the final transportation project improvements. Stand-alone Platforms —A structure that is compiled of girders and is used to permanently hold or support large equipment. Temporary Utility Relocation — A temporary utility relocation is generally subject to the schedule necessary to accomplish the scope of the project as defined by the NEPA document. A temporary utility relocation is one that is needed to allow the project to proceed, but is not required to remain in its relocation upon completion of the project. For example, if the scope of the project requires the sequential completion of six separate construction contracts, theoretically a temporary utility relocation could remain in place OUR VALtJES: People - AccountabIlity - Trust I Honesty OJjR M15sJON- Through collaboration and leadership. we deliv.era safe, reffabl% and Integrated transpartal;on system that enable$ tl?G- movement of people and goods. An Qual OPPOMM11Y EMPWOr # oCu sign Envelope 0 FG'4'887AF-A27A-4B45•BOF6-81)796DA56 79 prior to cow e.;-31er,cut-ent of the first construction contract and extend beyond completion of the, sixth constr�ic.iiV n contract prior to its final placement, A temporary utility relocation can also be established if the contract specification or plans require that the steel or iron material used on the project either must be removed at the end of the project or may be removed at the wtractors s:onvanuence. OUR VALUM People + AcceunYabftlty a Trust • ,Hone$#y OUR MISSION, Thmugh C04900rai%n ant{ leadal SMA we detivara.safe, 10able,.and dmgreted irnMPOrr tlos �,vetM that enables the moviument Otpeople. gauds, All EelaalOppnnunl{y *yet DocuSlgn Envelope ID- FD1387AF-A27A-4B4"OF6-8D796DAB6 19 J Guidelines On federal -aid projects, utility facility owners will use domestically manufactured products that are composed predominately of steel and/or iron to incorporate into the permanent installation of the utility facility — in compliance with the Buy America provisions . of , 23 °C-FR 635.410 as amended. Examples of such products may include poles, cross arms, and structural support members, towers and girders used to comprise transmission towers and stand-alone structures; conductor support cables,, high -strength bolts used as anchor bolts and anchor rods; iron or :steel baseplates; encasement pipes, pipes and valves; mbar and other reinforcing iron/steel for all cast -In -place and precast installations; conduit and ducting, fire hydrants, manhole covers, rims, and drop -inlet grates. Prior to the Installation of products subject to Buy America compliance, the utility facility owner will submit an executed TxDOT Form 1818 with attached Mill Test Reports., issued and signed by the initial fabricator, supplier of materials, or utility owner. Mill Test Reports should state that the materials were manufactured domestically. In certain instances, the utility facility owner may demonstrate Buy America compliance by providing a written certification signed by the vendor or manufacturer on company letterhead or other acceptable documentation signed by an authorized representative declaring that all supplied materials subject to the Buy America provisions are fully compliant. The vo+riiten certification will include the specific project information pertaining to the Standard Utility Agreement and state that all products that are composed predominately of steel and/or iron were manufactured domestically and in compliance with the Buy America provisions of 23 CFR 635.410 as amended. Certain utility agreements, executed before Dec. 31, 2013, that do not have federal funding for utility materials or relocation are not subject to Bray America (even if other contracts associated with the project were reimbursed with federal funds). The -late of the original utility agreement will be used as the date to determine Buy America compliance if the utility agreement is amended after December 31, 2013 unless the amendment includes major changes in the scope of work. Betterments as part of a reimbursable Utility Agreement moist be Buy America compliant Buy America does not apply to assembly materials, attachment materials, housing encasements, or miscellaneous electronics, as defined below. Buy America dries not apply to any associated materials (including spare materials.) required for maintenance. OUR VALUES: People , Accountat+f* , Trust • Hnriesty OUR:MtSSEON., Through vo##aboratlon and leadership, we delivers safe, ra#!able, and tntegrated transportaffon system that enahks the movement of peop#e and goods, ME4M Qppariartt Em,sksyer DOLI'di7r I EfIveiaPe ID; FC1387AF-A27A-4645-BOFU-8D796DA(3C)F-lg Buy America does not apply to existing utility materials that are relocated from one location to another within the project IUMIIIILS. Buy America does not apply to any materials necessary to repair equipment that was discovered or damaged during construction and requires immediate a ' ction to restore to safe conditions or to min im t��e n d vers e DU blir, impact. However, these materials shall be considers. -I temporary and must be replaced with Buy America compliant material prior to completion of the project. Buy America does not apply to associated materials necessary for a temporary utility relocation. Non -domestic iron and steel materials may be used provided the cost of such materials does not exceed one -tenth of one percent (0.1 %) of the individual utility agreement amount or $2,500.00, whichever is greater. pei 23 CFR 635,410 (b)(4), The De Minimus equation is calculated by the follow4ig formula: Combined Cost of Only ishioswe Materials that -are subject to Buy America and are Non -Compliant (limited to the individual utility agreement) divided by the Total Utility relocation Cost (cited in the individual utility agrppuinr%') Buy America does not apply if the utility relocation effort is not eligible for federal reimbursement when State law prohibits TxDOT from reimbursing utilities. For example, if the utility owner is required to pay for 106% of the entire relocation effort, then the materials associated with that relocation are not subject to Buy America. However, all such work must remain separate from and cannot be accomplished under a. utility agreement or Cr%nf rft-4CIV& mto at includes work eligible for Federal -aid, Per 23 CFR 635.410, the work to be performed under the utility agreement may include foreign iron and steel products if the cost of Buy America compliant materials will cause the cost of the work to increase by at lleaglv 25%. To, determine applicability of this provision, one of the following two procedures shall be used, per Texas Department of policy: 1) If the utility company will use a contractor or developer or concessioner to perform the work included in the utility agreement, the following procedures apply: Demonstration of meeting the 25% excess cost requirement must be accomplished by receiving two separate bids each from at least. two qualified contractors for the work. Requests for bids from the qualified contractors must conform to 23 CFI 635.410 (b)(3). One bid from each contractor will include a cost performing the work described in ILI the utility agreement using Buy America compliant material and the other bid will include a cost for the same wWork assuming fore;-,n. materials. If We bid with the Buy America compliant materials is at least 25% greater than OUR VALUM People * AmowtabIlIty - Irrusl - nonewy OUR MISSIOM Through coftboratbri and loadershiA we deriver a safe, reffable, and IntegratedImnsportatfoo system that MVO-q MO WlMmeflt otpeoploandgoods, An Equal OppaAmnhy tmplovat I DowSign Envelope ID: FCla87Ai±-A27A"4B46-8OF6-BD796DA86 i9 the bid than includes foreign material, them the contract can be awarded to the lowest bid based on materials that are not compliant with Btjy America. 2) If the utility company will perform work in the utility agreement with its own forces, the following procedures apply: Demonstration of meeting the 2 °l excess p9it recItAlrement roust be accomplish 4 by receiving two separate bids from vendors or manufacturers listing the cast of Buy America compliant materials on one bid document and listing the cost of non- compliant materials on a separate bid document. The utility company will take the cast of the Stay America compliant materials and use it to create the total estimated cost of the work included in the utility agreement. The utility company will do the same with the cost of the noncompliant materials. If the cost of the work included in the utility agreement with Buy America compliant materials is at least 25% greater than the cost using the materials that are not compliant with Buy America, then the noncompliant materials may be used. `f'xJ)0T will periodically review, or audit, the Form 1818 and Bills of Materials (BOMB) for utility projects and determine if the above categories are adequately documented resulting ire certification of compliance with Buy America as intended by federal law. These periodic reviews may result in the addition of categories that are not currently listed above. OUR VALUE& People • Aacoarntablilty w %ttst • llanesty OURMIB.Si£3N: Ttmough coRaboratlnn and leadership, we deliver safe. refiabte; and Integrated transpnrtatlan-systetrf that enables the.movement otpeopleand goods, An Lqual ilppar osAtyEmpf r Teas Department of-Rarnspartation Buy America.- FrequentlyAsked Questions Utility Portfolio Sectian, Right of Way Division Revised 2/12/2D20 Buy Arne rica Frequently Asked0uestions 1. What is the definition of "'domestically manufactured products that are composed predominatelyof steel and/or Iran"? "L)otr}esticr�lly i7 arwt�fa :turedprrr l t: ts'" are in 1.11L, United States that have not undergone any mantgactuf-Ing process o4lsde of the United Mates that.�frx�iif ed the. cl PmIt,al cotiteriL" physical slap ; or size, 011 final lirrisb of the product, be irrnin with lire initi l fr-ollirwg and cUrttirItring tllrgll t- fit ai sl;apiia aR3t! rostIng. Examples of such products may irr{:kide poles, crass arras, and structural support members; tower-, nrid girders used to cot�urise transrrtlssioEt lowers and stand-alone sLructtires, oonductor sOf)port ral�te ; Ili l-strep lh I-ioitsused �is a nch` or bolts and zrich-or rods, Iron ur' steel bases}laces; encast:rrrent 1][I eS, pipes and valves; rebar and other reir,fon'n g iron/steel for all t;ast-ire p1nce and precast arrstallatIons, conduit and r.iucting; rir ; hydrants, n1ariltDie cowl-s, rt111s, and (lrop-inlet grates. TxDOT has rec-eived no guidance as 10 {It~llriitien of "predomiiiately" ;:,iad is reluctant to adopt its own definition abserA such guidance, The use of the worn "predam[ria ely� arises ire a FI I A rnenioi'andurn that was issued hr� :���7. rtrat rnemo providers no further clue as to what was meant. 1)y the word, We expoct that ..predomIllately" 1!alis somewhere between 9o% and I0- 01/1 . While FxDOT cannot now ;Wny[ein ciawv as to the defitlklon of "predominately", it encomagAsthe MdU541-y [Ube _ ler 11 -„ seaj.ave and reference' past practices, prier Lu the r Fr District C�[irt decision, i l in its determination of the steel and i,•on products Lbat require Buy America ��Mnpliance. 2. Can the raw material be sourced internationally if the product is formed in the United Mates or must the raw material be domestic as well? The Buy America i ega[reme+its are specific: to the (oration of the. r'nnnufacturing pgicess, pu)l l he source of the raw iriaterials. 3. Is a steel valve that is mostly manufactured in the US acceptable? If the prraduct is predominately comi)Osed Of iron and/or steel, it nitist be manUfaclt1r'ed rfOnIeNIicaIly. 4. Now much lead time is acceptable to TXDQT in order to comply with B,uy, America? There is riv spe,(ifl;" t-11-01---11--- defined. Each titllity adjustment must be I1aOled on a case -ley -case basis. However, TxD T conducts routine utility meetiAgs to discuss CL.111'e13t 811c.1 fUture KOJe.ets sO t1jat rr) it it duslry partners are award and alAe to plan for lrartst orlatical7 projects that may r:ause impacts to 11heir radliUes, including. ordering rt terials that may have Jong lead limes. project Tracker and the Unified Tran-,portation program document are tools available to view projects for planning purposes. TxDOT expects that our Industry partners will rt AL- t:se of the tools that are available. flrtt }s:llw.ixdnt. ray lrisi�le-txd�t.p��ct�: _.. r�'ect�tra€�er=l�trrrl 2 5. What if a member of the industry does not meet Buy America specifications for part of its project? Tlik, utility owner # is requjreci t be COMPIkint oh all portions of applicable projecis. Failure to submit tyre repaired do ument llon or to ccrli;ply with the Bray Ameffca r (Aire m enis slioll restilt in, (1) the UtJTJty benami g Ineligible to rec ivip ar)y oniQirt or subcolArnct made willh Wn(N euthurletid tinder I110111termodalSur`i"ace'Taaa-isfiartatlua, Ffftcieracy Arai of 1991; i } the State wilhhol€1ing reimbur e�llrral for llae cooks Incurred by the utility in -the adjustinent, removaJ; 811d relocation of the utility's facllitiosi and 3). removal and rE!plecer1rerit of !Ile pfoducts. fir.. if the fittings, valves and stcpples are not manufactured in the United States, whet is the required documentation? uy America €loa5 lint apply to assfernbly Materials, :WaChMent mate-dals, housIng enc sem, ents., or mfs eflane.ous eleetrenIcs. Fittinks are cl ssifir3#! as arti '11tarhment material; tbererore, it roes not require Bray America compliance. iai (lie case of valves and stopples, these products are required to be guy America cor plizant, if they aa'e Pr'eciomInately carnaosed of sty e.$ anNor iroii. However, wn-riowestic.irnia alid steel raterials Maybe used provided tlto cast of such r ate--r lak, doNs not exceed olie,[entlj cif oa'xe pe.r€:erlt (().1 ) of the ir,tll.vizi, zkki Utility Agrr,e Went amatifit, or , #}.t!0 - whichever its, gweater. The ire Minimis c fc j tiori is made by the following foranu[Fi: Combined Cast Of 01-* 1110srI Materials that are. Subject to Buy America and aie on-Cuiripliani (Ilmil d to the individual Utility Agreement) divided by the'Telal t1tility R6110cation Cost (rMited in the, irfriividual futility Agreement), . When is a fitting considered installed? When the Utlfity st uatare is be-jDA installed in the field - just. before (he lirtie gnus into o!vl ;l . 8. Do you expect: Utilities to submit.the TxDOT Form 1818 before the Job is constructed? Yes, The high level sequefice of everts. is (I) procurement of [lie rmterials, (2) reimjpt of the waterials along w1th appropriate ciocurnentation (e.g. MT11s), and (3) installeticil of 1he.materiaIs. So, based on this order. r emI)ea's of 111 industry sl}c>'a Id have "lie ductim ee 1 ta Uo n In submit to TAXY17 fOr Cam Plfance verificat1w1 �q the materials being Installed o^ €he papject. 9, What is the industry to do if minor pleces of material do not have proper docurnentatIon'? TxDOT Form 1-8 8 should be furnished w0h attaudied evIdenc:e of c onapllance_ Utility Owners ralay c#art�ni�s�,rate Buy America cGmpliante by one of the three (3) following methods(o.i a c:ombinatIon). 1. WritteI) c:or0f!cat k)lIfra11101e factory(ies).The MIII Test Report (MTR) I,gsued and sigond by the initial fabricatcor stakfog (h at the mate rfaiss►tt?iect to Buy Anierica were melted and ntan4nctured lr� ill L)nit ed States. ii "��eltter ce,:l;i �+,lon si nett !�;+ the veliddor on ranlpatiy letterhe�rd, or other acceptable drxnnentatiDn, sued by an authorV-ed representative of the vendor declaring that all supiAlod materials subject to the Bray America provislons are frilly compliant. Eli. Other wifften statements on company letterhead, or o'her acceptable documentation, signed by Eiji authorized ropiesentative, from the Irai,Kifsj(;t urers providing any additional treatinent to the f0bricatted material (! ruch as blashiig, galvanizft or painting) +rccurrerl to the thi tecl &Stales. lv. Writ tet, certific.aIIon should state t[-ral all products that are composed predominately of stael an or iron, were manufacI i fired doine-stir-ally, in' compliance with the BUY AMERICA. Ceilificeti0oshould I]rckide project: ii]tot,mation pertaining to the standard utiilty agrearnent. 10. Should MTRs be attached to the Txl (Yt Form 1818? Yes 11.1f the TxDOT Form 1818 is submitted prier to installing materials, what happens if additional materials are required due toa scope change? Will TXDOTreimburse fbrmaterial not included in the original Form 1818 submittal? Submit the additional TxDOT Forms !. < L with i.,i ji �i_ouri rig dowmentation prior to installation of the additional rrraterials, 12. Material is typically received in batches (especially on larger projects), due to material availability, if members of the industry want to continue receiving their Materials in batches on an as -needed basis, Is a TxDOT Form 1818 required for every batch of material that comes in? e'xD T Forms 1818 are rerruii'ed to account for all applicable materials used on projects that are sulajeet to Buy America requirements. 13, Certain fittings are used only in the abandonment of the old asset (capping an old line) or a temporary bypass and do not remain in service, Are -these subject to Buy America requirements? Btiy Amalica does not apply to assembly materiaisA attachment waterials, housing encasaments, or miscellaneous electronic,-,. Fit.tln s are classified as an attachment material; Illerefore, it does not require Buy Arnedca cumpliance, lsi addition, these rittings may not be ccnsidef-ed to be permanently lnorporated inic the pl'ojecL Buy America dues molt apply to products that are not permanently i,coi,porat.ed into the project. 4 14. Is the list of materials required to meet the Buy America provisions limited to the examples - given in the TxDOT Guidelines or Is that list an "including but not limited to" example? The materials fisled i I i I he Tx€ DT B4ry A mer'lca G uId01nes arre -i11cludInv, bul not iIInit.ed te'. 1.5. Manufacture vs. Assembly %4ar1ufac:tiriirtg IPrcc,ess" nieal1s tha appl[Cat infa Of ra procass I alte-r tl#e form or furliction of materials yr t!iei13ul1i5 (If d Pr0cl;ttr.:r ill �-1 m aranci that ad(I , value gild treasrormg Ilie materials or elea enLS InIa a ]iew fill Igllrsri procicrrwi 11101 xs fu 1-10. [a I In Ily different from 6 fihished prod.(Act produMd nlefely from assembling the rnateriafs or iligni3jits lnl.na pr€adut-L "As4er lAY" ra edits pr;tt.irrg togedler all HID cUrnponenl. 4)r1rl err.l a eml liar [3f ,a given pro du€ 1, 16. Senate Bill 1289 (2017) - PLEASE NOT Texas Trgnspaitatioo Gatir Sec. 223. 454 IRON A l^ Ste_ PREFERENCE PROVISiONS IN IMPROVEMENT .C91clT RACTS. A cofItraul awarded by the dope 0.riwcrd fray ttae irrrpr'csVetrtetat of the slate la[gl Tway system without federal aid Must c.crrtain the same preference provl551ons for iron at]d steel and Iron and steel prodkict,; ilia] are re Ufred uiader federal law for all IrnpNvement ri-ia le with federal aid, 17.Do fences (chain link) need to be Bray America compliant? IftlM lerar;e f trieclnrrYir arr~ly con lxosec ckf iron arldlor steel and is part of th relracatlan aOustme; toy it Must be man do mestIca Ily afid nompty, 8.Are there differences. between Buy America requirements of 23 USC 318 and Bray American requirements of 4.1 U SC 10a - 10d? Yes. Buy Anie-t-ic:a requirements apply tc Federal-ald projects, while the Buy Are-erican rrerltairaments apply to df act Fey€ ei—a I procureivierlt contrasts. 19.Can you apply Buy American provisions to Federa aid projec-? 10- flu- Am, edca,Li previsions tic not, apply to. Federal-a;ld projects. It applies to direct Federal procurement cantracts tr3ii►g.Fed rai llriqu tlinn Rf�t,Uatic,p, . H waver, if a Feder —a 1 of er cy is acting as tl ae d r,:Ut � rat8 ; ting entity for a pr ject involving Federal - aid funding, such as an a-rrangenufil WL ee.n a Slate f7CI-elid a FH A Federal I.anciF, Div-islotI Uflue, the pr. ier.. wilf lie pi-ucwecl pu; uatit to this FAR acid Buy Arner1can will japply. 20.Does Buy America apply to alumlrfaum products (life aluminum light poles)? No, ltay Ao i4:1 rr,.- a1:wnll only to iron find steel products. 21.Do the new Buy America guidelines apply retroactively to relocation agreements signed in 2017, 2018, 2019? Yes. you r-gay submit a revised cost eSOrnate t}1' execute a supple mentaI agreemant to identify f he new items filial )rrlasl c€arrrply will, tltia latest BQV +Anemic a guidelines. 22.Are steel culverts exempt, if they are only installed fortemporary access and removed? Yes, According to TxDOT Buy America Guidelines, "Buy America does not aPply to associateij jvIaLepials I kneassai), for a teirporary utility relocatian. 23.Does Buy America apply to miscellaneous items? No. Buy America does n at a p ply 10 as se "Ibly p1pi ter jair,, a t ta chroei it materials, l,j.().tAjjjg elica,5aments, or miscel[alleotis elecamnics as defbied in the guidelines. 24Mhat is considered domest wally .rf a nuf actu. red? All r113fldaCktll 11)g processes of tj)e steel material In a Project (Le., si i ieKing, and any. subsetpient process which alters the steel material's physical farm or Shape or changes its efiemical corlipusitiiDn) must :omur within the United States to be or domestic origin. This li)cludes processes such as rolling, extwdin& 11-tachining, bending, grlindlrV, and drIlling. F1 $.omflany Malrlr. Projerl, 400524)a" Arlrnplon, 731 90 no 0 M m Miarnpon,ID {�aloeutlo�ti i1-No... ul1 l554, ROW C93 No, 1068 -1 , Comt CsJ NO. 10-p r'D Fadoral PfOJW Nn- ivi• 2016(183) lslrlot. Fnit ollha Cu>llfly:swilciiit�liljliYl81: l•3ii tJMIWi FrOM BVlFlP8*Way 10 GrOM EIJLII11Ygu5l PulfW-111 COAUltudion Stott; 04111116, 0onsinictlon Compote: o6116117 FInat Invoke i3epe�llmsnl ai. iral�glagrEatirzn AM. Wup Fain PO sqxeegs Fort Wprlit; TX 7611�54868 Desio °lptlon contract # R52033 Englrwadng Costs Malodals Cosis splwng semkos Construction cos% Pion" Fintrih Payentml Tu. Vakin Bank, look Box 14209 Pf) BOX 1)9p1. CH 14206 Purallnp, IL MM3.62o9 M Ar,couni Nua11'ror: RUOD0094 lnuolco Nutrdti6l: ftM?w Jnwa w Oixto; E1 wpf 116 OLM D81a; 1a'28+2U'l0 $35,138,10 $35e1XIO $17,99$,43 :qp $'11,2iaCOO C1.19 1,264.OD s189,38t1.87 $169,390,87 Totlll Amount Duel — $ 33, 700.97 R4005 -033 Arlington, TX SH 360 01-30 Interchange Relocaflotl U-No: U14 34, ROW CSJ NO: 1066-0 -'1 3, Conat CSJ No: 1060.0 -076 Federal Project No: NH 018(98 ) 0lsty] ct: Fart Worth, County: Tarrant, Highway: 1*30 Urnits: Froin Ballpark Way to Great Southwest ParkWay ' Construction Start: 04111116, Con tructlo" ComPlete: 061161/7 Final Invoice Bill Tw. State of Texas Department of Transportation PO Box 686a Fort Worth, TX 7611 -0868 Attenflow Owg f-Mil Phone; 817-370 fibC. Customer No: RIJUIP[}U111i Actual vs Estilinated Co5� Comparision PttU0rr ff 400S D3s PROJEGT TITLU Arlhiplorl, r)1 11.1 3t1r 1 J Lp In9orr.lpimoc usintpYluu UF^-14 e fJW11A,11 ow !t5 J tjo i4rlb u7- Fg7, i; nrrrl 19.od W'n' 1i8L7 in dvrn1 PIL' ELL IJn: 11I1701Pg1411) 01riald Idirt WwPill 1nrjgrrLjV!Imm:rrl,Iklprlwvy; ri7N1 tlraalry,!'at?n Uholllj.* l Wrly 14, MP9[ V4u4jlWWjI f+r11kWL [:UrrailLJtLId4nf•hil 0411ldlZ,Cr114011r,Ito nCr.44h+ 1n uGflpFt7 too %iW&V Ifi--Rit-6r1FFINGki1.11no4t�l - ----. FtlFj11111r-rll19I $111r,r.) — WYERWAI 71 Ulm UVIT5 Exi c 0 P ENIh: nr.t ME] l,m 9+1-i111 11 R11 5W usp l2qw0wis 0 111, 91- r 000 pP,nplrum 0 tins InDou fills , Uri MI NINXII 24 k 1 94 00 :.ilffn 01) M01lkAC:I (Cou III qe:l I'1lijilllRpFlfJ{# R7441U7 � FNWL`elI ttak)rrnlrrd 24211 4 NA&. W., - Mop IllrlfulWoullij 70 Ct1k:r11 Ikr iy11 Fxla 49 WIP1J.Iraurul VMS CHW Y" MmI1n Al kil 410m d#tWrr.bQ%l; lost 1L. ud A(FfIhkL111LM1 QM t alrrunr3 RaffoRt t Potf4 Aj p 111ratlori. Fau X l+ oko Ii1.6►?p I MGM low !N!CF.✓,AN ps vxyWhan = Y-,'li1+lAL r;1 i:Jnry1r5N 1f��1��d��Tl1�h1 hl.±il if �Cillll K,1-1hvr M T %1 IIFIJLI MWo { 1114urrd C11GIM 21M* ?44 Fill I I "�kVW MoYFb 14rr1[wad Ca11+h1 1"rr 240 r'Ihoi 13 Villpla morlmf kalnll`d L,hl1R11 1r;twd 48 R ibl r I T WO Murtc- 11 iullrpriA Mit,Ru 0 SAM h1akr71.ti1, W M W i, 1} 2 Sa: is mWoub IN, rrr ztirru b" 7 1+ TMAj,n [gdRsTrlqpr71Dr4 j Mce M4111411r4r,'� Corr INo oleo Cama r'IaVeW&I AlNum1 ACIM- L.alirn (qpd y� i"1M .: sow Corti A U W'aWO F 1F111dhWh fCa"Mml' d' Mold IL$nrq►y1 PIlk.ar C-a190 rural 1.:11.1hitl n4prr11x4 1.U+�r Qll1R tmm 4n11rl,vi Rviarov Ar+lir R"ablrr [1CrtL lrhriy113" I.H' �451µ i�sY O 1,?rr r l�ri I a! uF Trodo Tar, c:0K TFrJJL I Kpm TJ115 1;p1wirgp Supporl 1104. . kQ-�A!/%-f-rj;r.1. Cl'j y 11dm umi' S r- K 1' .1141J 111s I14 Do 1 rdFu Uil NO firs fff ilri 14 1 ?bi W !r nrr. Im m ' (ill rM 0I114 01fJ0 itrlfl f 030 7XI13 so to 713 d oil rt 0 Us C-05 0 '700 IL &AS 1t 0 4U wa m w 1 a;SJFi 11 St 4U f. 1i 311111) 11 040 Z771 to 1 "Nu I1 0 4V t.11r16 7 Y. It Rib 11116 6 Mph 0 SI K iABU i` it wid 150 00 15066 1 WWI yu s I'JQ 54 C]1) As ATUD 00 Mill I'1, +1 Lrll 14Q1i . 6 DD Va 2,jou OD—. ?,UI111 I - r 4 t r 0 DO C. t10 _ {jlrl , r{K1 �Yrl 1,r`trL1 fiu r+,I�VfY.q{I ll On t4 Rw on II u UN 1 SO4 Im II Y eii 3 r{ii441,11 11 0QU b (10 rp *ti. 11L7 I IOU OU .:.'1 r11f1f) I -oonno rr ti tat11l: _._�-. tt�p MOP It 1l vita J�, S171}il 16141 II i1:r1r Alilrl 11 II t3.�f� ?C1j@-tr4 1r f,Li � crQ'G rt �r1 t� iLl l U ShLI �7,�9RY pu I R]A 7,200 00 7 AD 1.1LI I t.a (i W,00 6,2t,u rr11 1 8ra 450 0[J Ilia CID 1 ip qa "i_fil l -42h ir{1 ?kre+1 U 110 24 ItloIm 100 1r IAW IA43011 {J ii DIM too 2WOU I I L1WI 101W,Jt1 Mo v 3 WI 30V Uv 1ti91 II 210 ZND410 lG II ;i 1Jf1 6 Dvo to 1211 it 7 75 17312'. 1a Mitl 141 1Yw on 2 so NI #,S W fill i Qla 4flu PO 4U{1 N) 1�y i; 7 jvp;[rl] 104141 If Slit 5:67 to :1�y ai 0110 467.1rJ it tr 0119 0 (10 ',i I lfl 1.110 151 On 2371Y If 241ra 0,594 p0 S di49 II 1,45 oj131 4'J 046 U Who DD 220 W S if3Srl1 114r1071D flrr 1) ea 11 r111 GOP � 1 .. tp n2:11 %37? a7 PJ I}_! L R to so Xar a3 :4'IL 2,{i$7 Oa 16111400 IJ ai 120 teas 9411 1 0n{].OIi 12f1 162 19, d;1U 1 1 11Sa i1S1 9'IA4 DO airy LLr M q'�9 Billinu Surnmary Sheet PROJECTPROJECT# RP100912-1133 1111;—F.1EC TITLE Arllik.ptoii, TX SPi 360 @ I.30 In 16rdl R nue Relocation U.Um 1i14534, ROV10 CSJ.Rra. 106 - 2-123, Const CSJ No: 1060-CIS-076 Flarleml Project Nw 1411201 :(M) DIStr1 t. FLPI-I W91till, {:molly: Tarrimi., Mighwapr 00 I,hjjits; From Iiii11 farl4 Way to urout gni,illy out Prirkway C,OWMfLiction SI KI: 0411IM6, cohgmiallurl cumpl(A . dF►11t1117 rIrlill Invoice SUMMARY OF ACTUAL UOSTS Erlghteering - liateirrial 1,wbior I llc ,ll ft l NAME V K ENDING HOURS RATE AMOLif T SUH TO I.W. TOTAL 1jJi-k'jihl LABOR i,-nkf)ln}1� j(+ :) blare V28115 3,f10 rm-00 S EI G � 612[91iti �.t� U�},[111 '�1lsr�.rin 6127115 1 inl 94.D0 Vill) 00 915116 ;?.flu MAO 51ail 0" a 9112115 2AD €14,00 9119f1 nn 94.0n 59 9.9t1 912611 7,cin U01.110 $19B.00 1013115 �.:il; t1�1.t111 376.utl 1 1 1411i11115 F' 00 F1�1 Flit 7i9.ttt1 1 it11711., .I.0f; i3+I.{Il} 3i a 1lli .ti f'.i 1,{111 94,00 SIAU-00 I If 111: r 4.01 94,09 53760 ' r 1 J'1'11 k Fi 1.t1;�' : r4.119 ;16I9.S9t9 ` '01'r0,, -1.00 04,00 4,376.t3ii 1 }1f111'� YM 94.00 $188.00 11,7/10 41,00 07.00 $388, 0 112311u �fM 97.€ 0 S3 .ti13 1 o w i tt. 4.00 19i 00 53'88,013 ?.1 o)1 , 4.00 9MJ0 S:308,00 i r i"1 t a111 G 2_00 97.919 $i L14.00 212i.116 4..00 9.7.00 $36B.00 3112116 4,019 97.C9i1 1;a11s,tto ' 3119116 4,00 97.00 $fuma 1016 4,00 97.00 �-MII(10 IPY16 4.00 97.0tt $388, D .1+16llai 4.0D 97.00 V313I,00 61411.6 4.90 97,00 MUM of i d Ea 2,00 97_{3ti $194-011 B126116 4,01) 9.7.00 $38.8.00 712.3116 4.09 97.00 $311F3X0 7130116 4.DV 97.00 $3E19M 13t6116 2.00 97.00 S 1 DOU 1 13f1 i116 4.96 97,00 s3MOt3 i9120f1.6 4,00 97.00 $38B.00 12711 6 vo 97.00 $194,00 0119116 2,00 97.90 $194.00 9117116 2100 197,00 5194,00 ' 91241116 2.00 9 -00 $194.0 9 1i11111f, 2.00 97.£9t9 S194.0D Billing Summary Sheet 811-LING tioppayetl Njq[j)o 11118MU 7,fl-0 1011,51,115 2-uo 10.12211r, ?.00 97:00 IDIZIVIR 2-00 o7,00 5;104.00 1 Usho 1.00 97m $97.w 11/12116 2.(JO 9T.00 STRJ,(hl 11119116 2.00 97.00 M94.00 12II(VId 2.00 97,00 S104,00 2I)o RAG $19440 2>00 1O0,90 P(10,60 1114/17 2.00 10(1,00 5200.W 5113117 1.00 jogof) $ 100.00 811115 JIM $74.00 &?Qao 818115 21N, cm,m) s i f-molD 312F110 2.0 9-0)0 $10.130 712116 T-01) UTIDD WD110 IIn Un S15,I—Rogo, Con1jr-tul CONTRACTLABOR Cons"limpi Nrim 6500309174 E1;if,51 sl!0,422.55 85003400M llir4274 S5.3110,?a 850030074 lf,2 L",Iu $2.Aol1_{10 89:J1j.'i,1wn7q J-Atlfi(p .419.7 6 1 D,750- J) TOTAL Mc-OW-FRING criST MAI F-RJAI .9 (.',OMPANY NAMr, PO 11 hpv 0 AMOUNI' SUH TOTAI- Prysmian 52=25212R, ToRREMbd 7 S770o'Do pfy,olujopk 11ROU25212h S1,'R6,00 Nysmilml WD6252125 mutpo."55(1 I OTA I. MAIV R IA Ls F Togn.an $1 7JQ& U [I SPLICIN(i SERVIrEl-, NA , ME WK ENDING I IWIS RA'I E ANIOUNI SURW TAL r-niplayee. Nomr i R-T 0 11 ri 32.00 80,00 $2,81&jIG Internni Lattor 1w2w26 -'12.00 flf3-00 If)/Z)i 16 32-00 h 11 "p) 0 $2,81 GAD 10/29/16 32 ' 00 88,00 KIDD 1281W $11,26CD4 701A� SPLIum-, c,;pRvwr.,& $11,2611,00 P110JECTIS t I n IDTA L 604006,10 CUM S I f � W�,HUN NAME Inv # AMCXJ147 Corill at I 1-trot Compariy Narru- UD03790R 17554 $1.99,RR".95 8500379630 18145 $16.795,56 850D05232 18166 SIM no I KI Z4 Tf— .. 19,39ff.'Wr BILLING Billing Siimnlialy Free-t I I lROJECT 9 R40052-033 TOTAL G 0 14STRUG 1 j—"N TOTAL PROJECT COST MUUNWAKE PIENCENTAGE HUFU WAKE P RCJJF CT U08T I I I Page 3 Engineering Cost Summary Sheat -Actual vs Estimated Contract Labor - Engineering Seivir_e5 INVOICE WOW E'}• Of IS JOB 7904 ROJC T NAME. A11111glant TX Sly 360 Irrjpmvntrll ntr, ONSTRUCTWN MANAGER .. ONIRACT #RRC-0003D.2015 SITE GORE: Afi`AOIX PUR40H1ASE ORDIE R # 860034W74 ROXCT 6R40ID52-033 I'o pale; 07129115 fIn10111glit al Work (#uandlies (VI afrl CiAM r_L`t11ttnIc) IJ Tr h, [Fern L.-240 PM win InflPec"Urr } 5 ........ 24223 s1,Ii3 U-325 C.able IDaslgn Meltu UCH 5(10-2500, 700 E-340 Cable DeRinn Exluling UG 600` 16696 0.40 E-415 Ci3ble [3asl;n A OW3 A lal 1 COW 6928 0_42 W5 .:, I,le E)cst n ExIsUay UG :• 500, 0.15 _ — - _ 1q,45.10 t l r1.11lun 0,rduR. 74S,90 PO Towl l ;1 6s00 Farad Qt1rrlaliilies !} l olbl -.245 Pm w15 iospizvon r 013' 24223 0.33 7.x9 3.�F � E-;'I25 Q-113le Dss1,9D Nebo US 500-2600' 0_ 5 GGS,OQ -: 340 Cable Osslgll ExlSting UG ±3r1[]' '(605 0.40 IFS i3�.{lU A1;� CIAIG L1Ssign h4alru.Aorlat a 1000' 6928 0,42 2,0108 -f ab Cable I eWgi s EX1Ming UG > 'ill , 0115 1,0,38,75 -1100 Permh Fees 1 506,00 3 05A0 _ CIU81 Suable I",76-?,'0 fialfleo,lunf) Billion AaMrwinte — — T . °1IS n1a E2QA,300 Ulilpbl� aTT11a1Jnl l' Jrrfsll iiCelVt'Lt .� -- -- 1 ,245,1U �! 1 111S11 1 L`I�lVC1# 0.25 19,245,10 4,811..28 tti 1�1[I l:L7rltil4l 11 11 $ . 10,245.10 4, 11,2 Ir,vOIGknD ljlalulY(punsF11.{lyL,I Irjvnloejq) _ !I{� I#1ir) Amolirrl FI C riskillmrrl Namt. 1 s� 6 1 NDv 201.5�l,{i +?,55 16-6274 tuw 11,, 2U16 1 - 7538 Aup 312016 17-016OJurit,30, 2017 Actual W.Jnnr:fi PO Hetancef 1 1,B11_28 3 2,411.27 6,31 .28 ,A€ &00 2,411.27 U0 244.90 ;nFrr.n y 1W:W.1.741YPIP,fIVo74,fr4onL2,ft�jt'lop4}tk.VtrA).pi11j' 0cmirwAtij, Namu Engineering ContrnO.LaKor INVOICE Page I of I Tu jub 440, I'M Illvolui W — 164630 Prultw.1 Arlington, rX 611360 1 _8110116 -To Rv R. GONTRAGIT #ARG-0003D-2015 SITE GORE: ARADTX PLIRCHASP ORDFR f� 1$50049014 PR0j5r,T JR41)DR-033 milostone puyulfant; T01 AL AMO I JN T DO E THIS INVOICE' 1 h 1 1 I'l III I I I I I Jdh i E0' J. k I I IP14G 1p I I I AWE I fwhrfjh�' Evipfy rjw I Vill d. Filva A Low '-wiff to- I. I I Rt flym payltml)f ffivrefor hat 1101 fjoesi foc-a"W'd Vict flbpk,i 1'ulww* julgidpPO j;m4girf rd J aprill!1 'WIRMA 07s14A0vYPaw1v 4rPQ19P44 J'P01 I -b ch 01!11}Ttfg rrAj DAM IWK 1hr tolp S)4111 NY I `z., DI'Ad.1 �.I !. 1P.Off 111 jTiLjjjS #nd is suWrj j0.)R5 _60drdn 274M. WGNEII: k F.. APPROVEM- I 'M�In 110 Al MUD rA. -4 4ERLI U-7XIIAP- 4- S 9_674 2-0 07) — $ 2,400.6D = L z Mu_nq L L Materiah Pryssi PIRY�51NAIAN mian G.rOLJP Draka PrY,sMi-In C;Itr1♦311 R"dSY5lentki USA, LLC 70 WwWat W10% Irrinwn 59h7# pp-p.D. aMh Nis To .... ......._._.. hive lm., 7060055657 Date: Nl'rb '18. 2015 Nuchotia Vrow 5 •Uell20025.z1.pk, - -- MM210r Bill Lu1+VC1SsrW13 MsrJOSH10 11000 111 . S4rTp OMU Palm Od11ErELMI fnblu 3 $VorkHr!I Tray► cumin nr nrrfpl 7020 x77949 i IVpx } I 7.{T1li t-11F1arPm 61nrrru cuipraltiv --afte YOIl1 CC411411-1 T IM rAX C-nlall Twlri+»y Idurn6ef Ir1rottil r111 r(ft, h1 tprJrrs NtY OM Tggmur A111 IJi1 dbyn 0410- 1x i . 201 H t 1J L12.99 Lid N111 44+rvI[l hits 1.9 i- 1JIl1.],I-1z.Es•0d1iJl,V ;RPNJ I,t 1I71a? CAb VA1S.1 12FPL11�13. Upl,lllre 71j[JLjjr} 43 Fiikic, DtF" UMF {1TOJ [x,wo,?.T+r 0, AftJ.3-of[3 $f .4n ON],r+1 4hI 1'1l(! 1:1t1;1.1.,.iFPO/]15n Mrs 113t)3 �ua1 uhnai,it111 £xii��'?-'9d ItUS tikl.lin'. Ha,]t1;r+siN$l�i[:J:h , �t!{,.1r) tiAOFIP� 1Mur1111 [pAlr: I'Frlt 'i} ll t?; 0411 P [] Item +( ]a r"Qadt' NU+r1l1 •+ h,r forelflrr y'pALI* lt!j44, lip. (N] LJWIM38n :it! i; ?B.K air 4u lr i ltrul i tit Blinn mill ll+aorr.FfH1@1Fr e#i]1p+Ili wilr,r:111ri RDpL rrnl >Kw 71-IN &P.Owlylctdlaet lFilyflUy. UBV _ Mr1Git� AT1+P{+rFl 1 ,n MI�SrJJ}nnnKf 701#: IOhl I rteilui]ml) 1r JNCO era I:Iwiru,+aL.,, , K PV« to.tJun Jmubmk- fir;l l4}� !E?E Crti713�;: �r1+4n7xPf{I]] IJl} rk1rJ052 fJ:IJ roil 2rn13lmt OM 100"A fie m11 To ThIz Addrom: L Construction Contractor Name 111 11, lm! I .'x1' r I R'. L r rL'S I l{L1r I III; r fiU'. f i M1'' 1 !IL!x 1 rrLrz I r 49 i fiS.'1 k +NO I, 1,- S. 11139 i III'3 t QI1tme,tor Labor 1„- �d5,ira 1 t• #w�1 ilLk 1 1LIIr,LIL1 I ;1, 1 1i1 ' .k141 Fia I INS fL�k +.YI Y 1 LL 141 r/Ik•IFgk LL`'1t 11. 111r' '111: 11. 111 ., 1'.11 ... I .1111 11!I'11 IOil 111y 1117JL% 11 114., 4.11L r 1; L' I I 1 1' ,10}I' "111',1 ..: I ' 1 , ,',1t 1 11 , -1' I• ' 1 1 ..1 ' r= i14r._1i1�., r .I I I 1 1 . �'I'1' J'[ +l 11 rlit" '•11 tl" C.,,� 1111' �rlSss %Ix':,'r,lr PROJECT #q�9G7JY lt� p lied Glom arliLan G "• nl.l r+Fn4F#Ri7F1 IH-30 From: 1 Mile West of SH 360 To: Great Southwest Parkway (Static n 86,5+00) ROW C J. 1068- µ123 ' Construlction - .1: 106 - -076 S 1 }Buy America Maternal Certifications I iii AV Al FP,. W a_%ma13 4)$A.ty Suppiiet- Tfi[3N6RlklcCOMPANY Addren- �1104NI&H" 287 CvnitiYct1510s; P[IIiasa 43rda�LaiA. A€l�i ithoaie, TX 607R CS1. 10,6g-02-076 QaaaYtit materml �eaeriptioi[ (1ltntJUafta) 7 41 x:4' x 41 P.mcaistManhole Material Staten cnir Gamily: Tmgl Pmnjecl; tif4334 A7liphoF �-`� LVWmo'or. P141mvWmur M111 Hut mmi"1101 Name No use Turnortll j Sheet I of i Rb"j"d 00cum mstion Sgec. tplTR Cali. 'nl[Si$ll)eedgffiar OW 1002ints-lu•lol ohgre 0.J Gh in• ullo[hnliilflprs Oi la o11u4!6}4411 Jh ei JwlWflftwlh llo po•tI011ir 4"riicalme,R•) 111 a)ra [erti H>,1.19 maicsi><18 w Cor ihea idsaii�C�pte+a71' • rr m"llrmpi „iG l�inauei fY. ur.l"a wra PP ^4�f 9�W, P1r �nN. j4��IIlYK oro eWep4Wra�Uil.S o�nl•In*I+ hlanrt•Yhe rime*r"Yhal tir U" ,Y11n Ils•r1`091414 Mrnntil IA[Ilk 71NSrJ 1.1ain of l4l�Jiiv h%r6[srG[lc�Tfaa� funca�stE-Yta daiiMd u Al tl�IlrChYYn �egol•Fd 4p slih� Ikr mW nie iH ir�op ms VF.ryl,i lbe 11 'Sfnri in-Pluo NOA41 w bon Inadlif! 7krjpP.rh.,i Mjy.,-.r pttrnfoCiksrnt3iic Caiigixn -...thdtlx(MI7i¢)and'.GkMiifuiinns-[Ceer3,.! r<rc v[ffLrd.gx SuhRrn'isrrt anRawnrn#.. S.uwf,.w ,... ,hl. ev a,._. _r t7clviaet 2U 1 i NalAiLyPLIb1Ye {f[sJrUY4•Ik MY {"mr+miukm expirar Auk. d[h 20 1 �'<+' dp1111DU I declare uxltk YYSLy AI PAS Yhu�6} Ihp �tri7 O�l�1! ti��led 81�I1e18� * 11ti[tCy au 4hatal cxu! Illal IltO for.gnlhg Ja trva Nul �fT=ul load 11ut I phl au [pt! IiloFprn IiNCd DOto�4, t�Q3/1� Date { iYPe Name aald Title} I __1 -- Material Statement �- j, AV �- W ,M Fodn2 data" � Nev.-691t2) . �akn,��nCl�•�5A-3j &upprinr: Pittsburgh spa Address: 2311 "=plce Ave. st. Uoii, I+ C163129 Cnniraet #fin.: CSJ: 1068-t12-074 i I s .01MINty. 1tipwmr V140cl. L11034 c%orrat, �— — cmrFFLinr; Purchase OrJerNo. Quartliiy (Ajuie{tinfU) liieketial DCSCFI[Fiturt milt 1tiLm4 f1tDt No. (41(nrerrat UstSpec. RequiredItetnmert(ni)hn MTR Col. X/A 1,600feet 8.3/81seriCoins Pipe : ltitlshurit kC ThILLsYemiloOA1LrstllphuPORIkMe6meensall 11MLIIYLdndrupprdmral(VnlrnLkrdl4CeJlliul1f1Umc .w31ht4ego.7cntfngspealrkation(s).Thlsistoaiwcorrifythatataaannufaewngprnctmrsf"114rtandion malrridi w F0v eWr% rnamir* ar uar fitl,n r0ht tlrtl rdalr_is ar xnhances the veivaoffhe Mal arbors matal)-to thxtematroals areurredinthn-uZed stares nrAintfica hCa arlUrin�(1dw�iFfrf Ric &Angou■IL µrursrwL M11"Nl to[hnupnthemwais 0 ampin•IM Into.lraa irJlisa�edin-platssLvt(®riron.Q[adncr T#M a1tLJ:hnd milt teaa.repntLS.(?.d'I.lipj OtA Certifcatieur (Cori )are-offeredat grnnfaCi]nmxxiiaCSrtgln 'Sphrcribed arcd award to i5cfurm nm Ihis 05 siey of I tkolnta undopertsltynfperjt7ry rittder the-la4vs pPtheLJitited'Stsfsaf. America end silo SL ei an.titetihe farcgcsfrtg (s hve arrd catrGct aztti that] ttm aEQha r 201a W pn Jb ' to far the Firm 11stod below.. 1©roxtl7 hlntuy Pulxlio [Uon Darl,j ( iltvrized Ct>rpt>'ralt: bfrcial Signtjlrtrej Date r MY Dwpunisslan expires A11R. N lh , 2021 (Type Name md'TWO ItiMn Lon iFnvk hw r4rRIMn (*P��sD u4 ofr�p�i (Firm Name) IriNv r9eG6>>�u TURNER `�\� 7 COMPANY Septernbc,r 28, 2,017 Re: Made in the USA cer6fleation Dear Sir 0j- hWa= This letter mrtifies i that.11,w 13" " ' 'mer, UP I (AV2 TIm Tul -w.r Co. produces that IU prod is made entirely in the United States of Anju rkm. All aspects of Turner's manu&awinji, occuv in ih(4 llaitcd Stmes of America. our products are in confammce with the reqII i f til U-10S Of' il It-, V.1 IM111011 ly mcountered domm, i i c-. content procuroment policies. Specitically, Turner certifies; I Fast the be I ow keI-vjs it ofthe Ij in te d Sta tep, of Product prect-.191 Concrew Products 4' x 4" x 4' Precast Manl-tole sincerely, The Ibmer Co. Brian Turner President and General P&TIner IJ049 S. Hwy 297,Ahw 817-GAR: 90-53 -rux 817-06�-23D i Pittsburgh Pipe THE 11111G1l1' U1J TIME 9 September 28, 2017 tJ (i [alv Cn!' pany w- Caith'L c Iar Name Subject: 36U & Lamar ReIocation Project Pittsburgh Pape Order #107900 i 1, Kevin Davidson, certify that the fol.lo ing prvduelt; wi(Vor mati lWAIs chipped1prcvided to the subject project wera manufanci gyred in (lie Unite? l SULI$s Q, Af WIr-Q. Item, FroduGts and/or Materials: 1. 8 8/8" Steel Casing Pipe AEI products ways Mal'LulBattfred aa: 368�1 FM 50 i Lone Star, TX 7500H if arty at the 0bove comp IIntl Statementschange while providing materials, to this project we i will ImmedIato[y notIfy then prune cenlrador zird the engineer. Regards, 4 l vin Vy. P-avitfinnn Wmager Pittsburgh Pips & Supply Corp. 2331 Hampton Avenue - St. Louis, MO 63139-2908 . Pptdl@.pittsburgt;pipe.com Volt -free: 800.325.2653 - Tel: 314.363,5300 - Fax: 314.3M23' CITY OFFORT W RTH WATER DE, PARTMENT FM 156 from U8811207 to Watauga Road Water Improvements Project City Fr of t No. 10168 Addendum No. 2. Issue Date: August 7A, 2020 Bits Receipt Date (revised): September 3, 2020 This addendum forms part of the contract documents referenced above and rraodifies the original Contract Document% Ae16rowledge receipt of this addendum by signing and attaching it to the Contract flocutnents (inside,). Note receipt of the Addend.um in tlrc Bid Proposal and on fire outer envelope of your bid. �'IC T1-0KS 0 ,peciticati€rn OO Il f3—Irrvitati.on to Diddcrs o The revised .receipt of bids date shall. be September 3, 2020 at the same tirne .and location. All other provisions of the contract documents, plans aard specifications shall t rnain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non -responsive. A signed copy of this adderrduni shall be placed into the Pfoposal at the time of bid submittal. FEGEIPT ACTCNOWLEDG.ED: By: 315 Cor npany. Christopher harder,. RE. f7nectsrr; ��rater I�epa�tme .t By:__!__0 µ ° Tony Sholo. e, Px. Assistant Director Water Department ADDENDUM NO.2 ADIDENDU .NCB. 3 CITY t;.' FORT WORTH WATER DEPARTIV NT )M 156 from U831127 to Watauga Road Water _a-Uprovi ui,wis Projeet City Project No.10 68 Addcud um No. 3. !sate Date: August 27, 2020 laid Receipt. Date: September 3, 21DU This addendum f'orras part ofthe contract documents w1bre.nced above and modifies the original Contract Documents. AQknowledgereceipt of this addendum by signing aBd ntiacli1ng it to the Contract Documents (inside), Note receipt of the Addendum In the Bid Proposal and. on the outer envulopa of your bid, 10 S,pecitication OD t1 13 fovitatiou to Riddexs o Tho revised bid opeuing shall beat 6:00 PM CST at the same location. o Sealed bids will be received by the City of Fort Worth Purchasing Office until I.a30 PM CST, Thursday, September 3, 2020. All other provisions of the contract documeritss plans and specifications shall remain unchanged. Ba luro to retain a signal copy of thr, addendum with the Proposal shall be grounds fb rendcaing the bid non iwpausive. ,A. signed copy of this addendum shalt be placed into the Proposal at the time of bid submittal. RECBB'TAC OWLLDt3ED. Company: ���� Christopher Harder, P.E. .Director, Water Dep tree t 13y; o Tory Sholola, P.L. Assistant Director Water Department ADDENDUM NO.3 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVTDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of FM 156 FROM US 81/287 TO WATAUGA ROAD WATER IMPROVEMENTS ("Project") will be received by the City of Fort Worth Purchasing Office until 1.30 P.M. CST, Thursday, August 20, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Wortla, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or if the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at h ://foltworthtexas. ov/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shalt e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 626 LF of 48-Inch Water Pipe by Open Cut ® 215 LF of 48-Inch Steel AWWA C200 Water Pipe by Open Cut 103 LF of 24-Inch Water Pipe by Open Cut 50 LF of 16-Inch DIP Water Line by Open Cut 143 LF of 12-Inch DIP Water Line by Other than Open Cut . — 34 LF of 12-Inch DTP Water Line by Open Cut ® — 154 LF of 8-Inch DIP Water Line by Other than Open Cut • 1,269 LF of 8-Inch PVC DR-14 Water Pipe by Open Cut • Removal and replacement of approximately 605 sq. ft. of concrete pavement CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 00I1 13 INVITATION TO BIDDERS Page 2 of 3 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 htt :/n /wry,w,fortworthtexas.gov/r)urchasina/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and p:«nted by interested contractors and/or suppliers. Bid Documents Folder htt s://does.b360.autodesk.comlshares/6e37la8b-2d8a-4224-9Oe0-3985db3Id728 Addenda litt s://does.b360.atitodesk.com/shares/04429d9e-6070-4f82-8aad-dcd3733I0a89 Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and Associates, Inc. 801 Cherry St., Suite 1300, Unit I Fort Worth, TX 76102 Attn: Carl T. DeZee, P.E. Phone Number: 817-335-6511 Email Address: Carl.DeZee Kilxzle-Horn.com The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 Bidding and Contract Documents will be available on Monday August 3, 2020. PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: August 11, 2020 TIME: 9:00 AM If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing" and the requirement to formally mail questions is suspended. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY OF FORT WORTH FM 156 from. U5 81 /287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency 0011 13 iNvITATION TO BIDDERS Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: John Kasavich, P.E., City of Fort Worth Email: Jobn.Kasavich@FortWorthTexas.gov Phone: 817-392-8480 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http:lfortwortlitexas.govpurchasingf PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed flan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES July 30, 2020 August 6, 2020 END OF SECTION CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 6, 2020 due to COVIDI9 Fauergcncy 0021 13 INSTRUCTIONS TO BIDDERS Page I of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 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. L2.3. 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. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequaliited for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httus://at)lis.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving — Requirements document located at; h s://a s.fortworthtexas. ov/projectResources/ResourceSP/02%20- %20Construction%2ODocutnents/Contractor%2OPr ualification/T.PW%2OPavin %20Contractor%2OPre ualification%2OPro rain/PRE UALIFICATION%20RE UIREMENTS%20FOR%20PAVING%2000NTRACTORS. df CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; ht s://a s.fortworthtexas.gov/.ProjectResources/ResourceSP/02%20- %20Construction%2ODocun)ents/Contractor%o2OPre ualifcation/TPW%2ORoadwa °/a20and%20Pedestrian%20Liahtin %20Pre ualification%2OPro am/STREET% 20LlGHT%20PRE UAL%20REOMNTS.�df 3.1.3. Water and Sanitary Sewer — Requirements document located at; htt s://a s.fortworthtexas. ov/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuinents/Contractor%2OPre ualification/Water%2Oand%2 OSanita °r /Y o20_Sewer%20Contractor_%o2OPrequalificatio_n%20ProgramlWSS%20pre -qual%20requirelnentspdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1, 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date — by day and month, will not be automatically disqualified from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and wilt be allowed 5 business days (close of business on the 5`h day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non -responsive. If the prequalification renewal documents show the Bidder as now not -qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittal/review process. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council, 3.4. Fn addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents, CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvemennts STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the fonnal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Perforin independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 10 t682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings wilt be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3, The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: John Kasavich, P.E., Water Department Email: John.Kasavich@FortWorthTexas.gov Phone: 817-392-8480 6.2, Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 "temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 6of10 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at hops:Ildocs. h360. autodesk. com/shares/(14429d9e-6070-4j82-8aad--dcd3733lOa89 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City, considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. CITY OF FORT WORTH FM 156 from US 8 U287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Forin and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including'documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form, A Bid price shall be indicated for each Bid item, alternative, and unit price item fisted therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign.. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.S. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVID19 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Forn. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be trade in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMF;NT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not Iess than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. 1f the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO J31DDERS Page 10 of 10 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 173. A contract is not awarded until formal City Council authorization, If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign 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 https://www.ethics.state.lx.us/data/forms/1295/1295. cif 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION C1TX OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101682 Temporarily Revised April 24, 2020 clue to COVIDI9 Fmergency 0035 13 CONFLICT OF INTEREST AFFIDAVIT Page I of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. latans://ivww.ethics.state.tx,us/data/foims/conflict/CIQ,p f https://,%N,ww.etbics.state.tx.us./data/forins/conflict/CIS.pdf [:;� CIQ Form is on file with City Secretary Q' CIQ Form is being provided to the City Secretary 0 CIQ Form does not apply 0 CIS For1n is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: ; �- /� /ion i vac �..s />✓� .L e !4 a Company Q Address City/State/Zip By: "5 (Please Print) Signature: rf Title: %fir ej- (Please Print) END OF SECTION CrrY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised February 24, 2020 Cu 41 ;1t} air, f-EMM Page 10 B SECTION 00 4100 BID FORM TO: The Purchasing Manager clo, The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: F€ 4156 from US81/267 to Watauga Road Water Improvements City Project No.: 101,682 Units/Sections: UNIT I Water 1. Enter Into Agreement The undersigned Bidder proposes and .agrees, if this Rid is accepted, to eater into an Agreement }mill) City In the form included in the kidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Sid .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 At;knowledcgements and Certification 2A, 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 Banda 2.2, Bidder is aware of all oasts 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. 2.8. 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 rather Bidder to submit a false or sham Bid. 15. Bidder has not solicited or induced any individual or entity to refrain from bidding. Z6. 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 (e) to deprive City of the benefits of free and open competition. c, "collusive practice" rneans 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, rton-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUAett-i TS FM 156 from US811267 to Watauga Road Water Improvements Form Revised March 8, 2020 city Project No. 101682 064t Oil sire roRm Page 2 or 6 d. "coercive practlW' means harming or threatening to liar ju, directly or Indirectly, persons or their property. to influence their participation fn the biddiriy 11'-Fo ae: s or affect the exewhon of the Contract. 3. Prequalffication The Bidder ackraowledSlos Ihal rho fnllowirag wort, types must be performed only by pre€fualified contractors and subGontraciors., a, Water Distribution, Urban and Renewal, 48-inch and. smaller b. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) 4, Time of Completion 4;1, Tito Work will be complete for Final Acceptance within 300 days after the date when the the COntract Time commences to run as provided in Paragraph Z03 of the General, Conditions. 4.2. Bidder acrAqpts the provisjons of the Agreement as to HQUIdated damages In the event of failure to complete the Work (and/or achievement of Milestones) within tits times specified In the Agreement. 5, ,attached to this Bits The foilowing documents are attached to and made a part of this Bid, a> This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a suety meeting the requirements of Paragraph 5.01 of the General Conditions, ck Proposal. Form, Sectfan 00 42 43 d, Vendor- Compliance to State Lair ikon Resident Bidder, Sectk)n Og 43 37 e. M'WBE Farms (oritlarael at time of bid) f. Prequaliflcation Statement, Section 00 4512 g. Conflict of interest Statement, Section 00 3513 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the I nstructions to Birders 6, Total Bid Amount 6A. Bidder willf complete the Work in accordance wl1h the Contract Documents for the following bid amount. In the space provided below, please eralpr, the [otaf bid amount for this project. Only this figure will be read publicly by the pity at the bid opening- :�� 5.2. It Is understood and agreed by the Bidder in signing this proposal that the tofal bld amount entered below is subJecl la verilicalfon andlor modifwatton by multipivsne, L+ a unit bid prices for each pay items by the respective estirrmat--d quantil,05 Komi lln this proposal and then totaling all of the extended amounts, CITY of FORT WORTH STANDARD CONSTRUCTION SPECiFiCATfON DOCU MEi4TS FM 4 ,6ffom USS11237 to Watauga Road Water lrnprovemenrs Form Revised March %.2Ia2p City Proje ct No.1:01682 00 41 00 BID FORM Page, 48 y. Bid Submittal This Sid is submitted on September 3, 2020 by the entity named beloW. Respectfully submitted, By: (Signature Teresa Skelt (Printed Marne) Title: President Company: William J Schultz trio dba Circle C Construction Comps Address: PO Box 40328 Fort Worth, Texas 76140 State of Incorporation: Texas Email: t.skeliy@circlecconstruction.com Phone: 817-293-1863 END OF SECTION CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fort Revised March 9, 2020 �Recolpg Is acknowledged d Ific f011 lnn A,3tfanda; Addendum No. 1: initial Addendum No. 2: Addendum No. 3; Corporate Seat: rM 156 frorn US81/287 to Watauga ROW Water Improvements City Praleet No. 101662 W AT47 010 PROPOS kl: rage A 00 } UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM P,�sjecl Iteta .itti'arrnrtira,r H!dci e r "s Ap,1,i.1c-tion E3iii.dc x YroposA Bidlist irE3za Sitacificntit:n �.� t�Escriy9tit3st iluttot` Didi3ziit.i'ri<:a i1id-Value NoSccdafl.No. Mcosure Quantity 3311.1058 41r DIP Water, Cl.SM Backfil€ (Restrained`1A 331110 LF 82G�t1� Jaenks] __ "18 9311,1 t}raA 4$' Sl ee€ AW WA C200 Water Pipe. CLSTN �3311 14 LF 624 kFl11 t odJatnR L ¢1C pal! NNE* fEYI e 331$. %r78 -0r CWicrole A.WWA C303 Wafer Pipe, I 3111.3 LF 626 $650:00 _ OL M Hac kr;rR.(ftlralned Jo€nts] l3 2 5375,1068 49- Stimt AW1+vA C200 Water Wipe. GLSM 331114 LF 216 U260.00 ��tTilrrRsalral+t6d,Fohrts}"'' 13A 3314-0658 24" DIP Water, CLSM:Backf0l (Restralned i3311 10 LF 1133 .talnl�� "38 �311 _ +'8 24' del AW WA.C200 Water Pipe, CLSM 331114 LF 1 a Backlrll {Rerlralrtfld Jain!s)_ "_ ..... JJJJJJ 3 a3C 3311.0688 24 Concrete AWWA C303 Water ripe, 331113 LF 103 W50,00 CF,�C4 r3gckfiil {Reirlrred JeJnts�*;•• " Contractor to ptovlaa unit.P.r€e.elsid for only one of file pipe.rrlaterfal alternatives for Items 9 and 3. DO NOT 1�Ri PRICEIBID FOR EACH ALTERNATIVE. 4 33i f ow 16" DIP Water, 5elest Batakffll (Restrained ..... .... ..... 331110 LF 60 $350.00. .IoAnRs� 5 33$1.0461 $2"DIP Walar 3311 ,i: LF 51 ;25&00 s 33n bO4 12" 0113 4Yaler Harrier PIpa 33 05 24 LF 130 $20D.CD 7 N11,Q361 r PVC Water Pie 38 1112 LF 1249 5#16,04 8 D6,2b0i ' D{I Wstof CBrrlar F��poii ii614 1,l= 171 S $305,1U+73 PO"Casin9.pyfOpen Cut 334522 I_F 7ri SAQ.Ob 10 3-M& 1 iO3 20' Cw.-�n51 k y fllhsr Then Opron. Cul Via' N' 22 L I' 15+i 11 330Ri,104 24' 604ng BV O1heF Than OPB„ CuI �3 Rb 22 L F I38 _ $760M. _ 12 iii)G,0109 TranchSafely 336510 L1 2324 J+5O 13 3304,k02 Caih6MCPfolectlon 3344- {2 LS $15+D,000.00 14 3312.3043 8" Gale Volvo 3312.20 EA__- 15 83123dd5 17C301e VatVa 39 f20 EA .. 2 $21500:00 16 3312.300B 24' ete VElwe w1 Vatikl 73 $22❑ EA_ -.1 11 33t2.4413 4 E" x 0' TDOOnp Sleeve & VaIYa 3312 26 E 1 $45,000100 Ii 13i240 3 .52 48" .A WWA Buile4ly Valwa, W� vjimuk -:.a 3312 21 EA 1. _ *..,DO' .9 19 3312_flop3 6" Blow Oli VkqNe 33 12 fin � E A 1 �2,4�i0:- 20 33i 2.0117 Connestlonto Existing 447' 3312 25 � EA [ 4 $4,s00:Ob Water MnIA j 21 33t2,1110s Canna€llon Io F.idsling 16' Wataf Iy lrr 34 1215 EA 2 $6,SEd0_1541 22 3Ti c vluis 4llon to Exlslinsl 24" Waiar IA-ain 38 12 25 CA. 2 $26,ilOtI.OQ IDE UNIT 23 3312 f-t:2 Connection to Existing 4V Water Main 33 12 25 EA 2 $35.000.:00 $70 0ou ("armonI... ... ... ............ .......... .... _ ........... .... . _ . ........ ....... 24 3312.0112 Connedonto Existing 48'Water Main 33 12 25 EA 2 $35,000.00 $70,00.0.0 (bailey-i�ns�elf)`"•• -.. 25 3311,0001 Ductlfe Iron Water Fittingswf R%trafnI.(8• 331"111 TON .2 $8,500.00 $17,000.4 Inch thru 16-inch). _ .. _- _- .y26A 531 i.0001 13ftctlle Iron Water Fittings wl Restraint (48- 331111 TON 21 F � "255 Inch 33I 1,U 1 t. Ste ok F9!ltt4$ f+70 Inch} ' :3 1114 t 3 t ifr -t ` /� F; xi'.' ••2EiC9311.D42f �:30&F4kInA.i+lltinch.}. 331i I3 LS 1J _$3[Il7,Ot?D.QO3i}Q000;0 "* Gontrac6rYo provide t 'nit Prlce,IBld for oniy one -of the pipe material alternatives for Itefn 7, DO NOT PROVIDE UNIT PRICE SID FOR EACH ALTERNATIVE. aty OF FORT Wowm STANDAPWGQN57ftE7F,'ri48XSF`W- MCAATiOfN-DOCUMENTS FAi7�fmm I75SIt2S?.�o��Yat�cS�Read i�a[crim�iearefnenls �r�ae�s8�astjrxalau c'4� �j«tt.m.tnrasx 00 43 4? Hiti Ptti:)ro. A.r. Page 3 nfs SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID ;bidder's Application �r1'i7 eci.it)it3!I!�OfitlEcll'i3n. ilnil o(-T measrue BMWs Ndtist.Item Nc% 47 aiptlsm RpariErealion ffdr9mND. Bid QM114 unit Price Bid VOW 27 3111,D011 S4etFillingnt4k�InchBid IlenjW.2)""' 331114 L i VEUXOD.00 1.00Q1 DUOtffe iron Water Fillings w/ Restmint (24- anral).... 33 11 11 TON a J//" °2I� 3811,00i1 &keel FlIIGrga.j24•Imh 1311 14 LS 1 r r�il,F 81; 3s11.U481 4,34i1-mittin�s 21 uach '<`...... 33 11 13 LS ! . W.060-Ub ,O�Q.OQ Contractor to provide UnIt Pticelt3€t11iS r uniy ane Ut Ihu rtiri p 11'malofh9T ullemaVw*r t rrDr 1fam �. VQ ailC}i r Ri3Vi1)Iw 131i1-:1 P r,15M!O FOR iSACH AL7F-RNAT1VF. 23 3W.Ofi 12 owcmla CONIF D 45 17 EA 1ff #5MM 55,fll1 m 30 37L1fi_41113 CmmreLu 1 ne, 5mmurrl far 1.1I61Ity Plpos �3 p5 10 CY 1i MOM p_dIl 31 _ o2411 f2S8 #-12"WalorAbamfonowntI�Nifr 024114 �A d $2,�4b,Qa S1U,O01.3- Q 32 4241! i[qS 24" Wokrti Abandann1eill Plug 13247 14 E+4 2 S3,5i3T}_6L} 7,044_IHI 33, 0241.1213 0" Wptar Abarrdonment F`auq {Harnmri) IV Al 14 EA 4 15•�100.Ud $iiL} 4Lill.!]q 34 DR41-1213 49" Wiltsr An,ndortmen! Plum,Halsy— &mwraC}•••• 0241 1A EA <I $96.�IiQAO 6D UQD:i7fl� 30- fJ5!+41.1.a43..iidmays 8" wafer VaNe k+fi f4 �J�. 1 81,2GIS.C,a 51.211U-44 M 0241.i3U4 ftemoMa 1g-watar.Vom 021441 1 . yi,so�i,ou 1,50Q.I _37_ .. 4241,13 5 !?arrwve 12' YJaLae Vatva dl 14 EA _ 8: 0211.154 9plwiylm 24" Walkr Vefve OF 41 14 1---A 1 S3 6457. Wa 4d0.04 39 024i_1g9 U�PV9ge 48" Wfler VAIve 0241 14Ei1 1 15,5fi11.1113 ' fi,600.44 _ 46 4 41.i i 4Y arC,ine{aroullPiq i1z41 id ±:f 37ia 1C24a.aa i7 .4UD_po _ 41 . -- 3910.3102 6"-12" YreA Rarrw+el 31 10 00 a /t 49 Se0a,4D 56.20D,Oq 42 M1MOM 12'A9' Tree Rttinoual 31 1Dion EA S g1,509,OQ ST.500,00 43 341.U400 TenTmary Asphatl Paving RapEg j • 2' NALA on 0" a! Ftnxib1@ 82se 37 01 1$ 30S 44_ 3241.01514 Cunt PMm4 Rtlpalr, AngI tanilci 32 41 29 SY T4 9125.W $13,750.00 45 3113,b7U1 4" Cane S!dowalk 321,129 SF 150 $16.00 $3QU,40 .. 86mdlna, Vytiromuecil 32 w f3 Sy 8750 5,4t3 S�1 j.735D U4 47 317¢.411}1 SWi3pp1 area 3i 2500 L3 1 1G�gt7i3,4b rt�,004.110 __A 01Pi,Q7ffi Cnn�lruciinrrSyakln�l 01Ti23 t$ S i141O00,00 $16,W .OG 49 33015,0110 I jpN hdsmani 33 06 26 La 1 $2 c�UU_ V 5a0-R4 50 33d6#}S03 I2-A*ra4aryr Exr;A, "Mori u! Fxlsling WII�� 33 Orr 20 EA 8 $1.500.m i12.QUP.4Q _51: 3471.u941 Tra1tl CaMrot 34 71 13 01 fe $3,5110.p1} m61L70.uo 52 0111-01W ASrSdil §UVMY 01 71 23 L5 1 815. 4o,iao SExona.aQ 53 33M.0100 Martivolm Adju5wenl, Wjor 33 105 t4 EA 3 �9.6rJ0,90 $11};SU4,4t] 4 33u5.411W Mr-callmnrious Sirucluw AdlunlmeM 33 us 14 FA 3 SG,slii}.00 $16,6tl .0U 65 33L15,41 f 1 Vaiwn Box Ad(rrslmenl 33 Or, 14 FA 2 $7, UU_06V.490,0D 3MIAOU2 _ Camhlnatlan Air Va lvo Ak;sambey 3312.3(3 n liar Wale[ EA 3 S5.5ti1).tiQ $18 5pIJ QQ) Cords ix Cnn lr�ar, Alfowarrce $80,i31fD.ik$� 6l3 f}i}47,t?� "�*" Aii materials Bltiei2 rise d�ute5licR4!g ruavuhekwrvd 11.1Pdu{ I1 I Iie1 Alt COnkyusrd prrdPnrinnlel}' 8f aLr L ahiUor rr ,,,NO III fii ill III nrr Wl Mr rile pLTMnnrrll Lrrstalfifflon-of lire ntiNty racNlty--4n CordpIlAi+se ulrh I Ire Roy Amesr4-- Cn'••#iF FOR 1- hOMI SYANDAM VONSrMIP Y!P! *, T-VI IJCA WN M. 136 vomti7m= water 104M e�rnta poneherisof cE2tIF2V Ow r'rajzcmNO. .iGIM 00 43 37 VENDOR COMPLIANCE'ro STATE LAW Page a of 8 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Cade Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as loos bidder., nonresident bidders (out-of-state contractors whose corporate offices or principal plane 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 "faxes resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the bozo in Section B. A. Nonresident bidders in the State of rr' 10tc l-tEi.a in E31aI* , our principal place of business, are required to be '% Hefa percent lower than resident bidders by State Law. A copy of the. statute is attached. Nonresident bidders in the State of Slat^ Nei+a OT 013n* , our principal place of business, are not .required to underbid resident bidders. S. The principal place of business of our company or our parent company or majority owner is in the State of Texas. [a William J Schultz Ina dba Circle C Construction Company 1'C Box 40328 0 Fort Worth, Texas 76140 END OF .SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Teresa Skelly �Signa " re") Title: President ©ate: FM 156 from t1S011287 to Watauga Roar! water Improvements City FroJeet No.101.682 00 45 It - 1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tgxpermi and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 0045 11 _2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital — current assets current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeming prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. EIigibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I 1 2 3 4 5 6 7 W I F 4 I 1 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 o£3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 2 3 4 5 G 7 8 9 to 11 12 1..3 14 15 16 17 1s 1 20 21 22 23 24 25 26 0045 12 - 1 1RI'-f' uAL]FTCATIONSTATE,M NT Page I of 1 SE, CTION 00 4512 F'REQUA.1 IFICAT.LON STATEMENT l ach Bidder for a City procurement is required to complete the information below by identifying, the prequalifted contractors and/or subcontractors Whom they intend to utilize i?r the major woxklype(s) listed. Major or Work 'Type ContractorlSt1bc:ontractor C()711pa17y Name Prequalification Expiration Date Water Distribution, Urban x and Retimal, 48-inch and smaller cont,rcte Paving 1vQiiStl'{IC11QI1 i Gt3liSti':tiCtlrlll � C * "40 "1 (LESS THAN I S,€ 00 square yards The undersigned 1ierelby certifies that the contractors mid/or subcontractors described in the tattle above are cuimitly prequalifte l for the work types listed. BIQDER: Company (Please Print) 9�Signature: Address . .v 17111Title- _ City/ststelLip (Please Print) Date: CND OF SECTION CITY Or FORT WORTH FM 156.from, US 811287 to Watauga Road Water ImpTovemems S`CA.NDAIM CONSTRUCTION SP1:CIFICA1iCiN DOCiJTv EN N Ci1.y Pmject No. 101682 Revised July 1, 2DI1. FORT WORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Narne under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) a MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 BIDDER PREQUALIFICATIONAPPLI CATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: {Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section. 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling -- 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH FM 156from US81/287 to Walariga .Road Water Imprownwias STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised March 9, 2020 00 45 13 BIDDEIt PREQUALIFICATIO1d APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-111ches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (CINDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstiuction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH FM 156from US81/287 to FFaiauga Road Water Jmprovenvents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised ]March 9, 2020 00 45 13 131 DDFR_ PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requallfying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why? __ 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization andreason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WOR TII FM 156 from U9811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 0045 13 BIDDER PREQUA LIFICATION APPLICATION Page 5 of S. In what other lines of business are you financially interested?. 9. Have you ever performed any work for the City? If so, when and to whom do you refer? i 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13, If any owner, officer, director, or stockholder of your flrtn is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that personas a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. s { CITY OF FORT WORTH FM 156 fi-om U9811287 to Watauga Road Prater Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 3 00 45 13 BIDDER PRFQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered i,mited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH FM 156 from US811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTIi FM 156 from US811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 45 13 BIDDER PREQUALI I' ICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whorl it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before Ire this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH FM 156 from US811287 to Watauga Road Water ImprovernenLr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101682. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: 7-�fa. //z Ca " Company /?©. fox 5��3z� Address By: Aeoxto "CQ I !Iu (Please Print) —� Signature: �61346 Title: 1! r4re o% City/State/Zip (Please Print) 4Y MICHELE S LANKFOR JO ' 8i N tary Public THE STATE OF TEXAS § =o•".�, �Z., STATE OFTEXAS Hottuy ID 0 11769464 COUNTY OF TARRANT § rE;fi AVcaff,n,.EV.OewW7,2M BEFORE ME, the undersigned authority, on this day personally appeared T I., known to me to be the person whose name is subscribed to the fore oing insirument, and acknowledged to me that he/she executed the same as the act and deed of d er-, .} __ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of pal jnn6�r , 20,tj 1* 1 Notary Public in and for the State of xas END OF SECTION CITY OF FORT WORTH FM 1.56 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 004540-1 Minority Business Enteiprise Specifications Page] of 2 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 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. 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 apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 7% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SSE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 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. I'he Off'eYor tdiatl deliver the '1A.I1Fr. documa€tttltioii iTI persan to the approprialc empl yee of the purchELsing divisinrk and obuiin tt date/time --eceipt. SLICK receipt shall be evidetwit diaL [lie City recc:iycd the doeumentatit) ri iti the [ime allocated- A faxed sndlor 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 contractin /su lier work: date. CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised June 9, 2015 004540-2 Minority Business Enterprise Specifications 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. 2 1 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIV.E TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR 6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 II CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised June 9, 2015 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Company Name Here , known as "Bidder" herein and si.rety NZ, Iic: I Ii�Ir! a corporate surety duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as FM 156 from US81/287 to Watauga Road Water Improvements 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 heroof, 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 day of 12020. ATTEST: Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 PRINCIPAL: BY: Signature Name and Title FM 156 from US811287 to Watauga Road Water Improvements City Project No. 101682 004313 BID BOND Page 2 of 2 Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact Address: SURETY: BY: Signature Name and Title Address: Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FM 156 From US811287 to Watauga Road Water Improvements Form Revised 20171109 City Project No. 101682 005243-1 Agreement Page f of 5 SECTION 00 52 43 AGREEMENT TINS AGREEMENT, authorized on is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and its duly authorized City Manager, ("City"), and William J. Schultz Inc. dba Circle C Construction Cg=any authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORD Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Ia�►�7Ze�lIT�Y The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: FM 156 from US 8 t/287 to Watauga Road Water Im rovetnents City Project No. 101682 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Two Million, Seven Hundred Forty -Six Thousand, Seven Hundred Seventy - Five and No/100 ($2,746,775.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 300 days after the date when the Contract Time commences to run, 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 tine is of the essence for completion of Milestones, if any, and to achieve Tinal Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six. Hundred and Twenty Five Dollars ($625) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised 09/06/2019 005243-2 Agreement Page 2 of 5 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement, 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 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 of the Project's Contract Documents. 6. Drawings. 7. Addenda. S. Documentation submitted by Contractor prior to Notice of Award. 9. 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 6.1NDENIWIC.A.TtON 6.1 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 hart, 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. CITY OF FORT WORTH FM 156 from US 811297 to Watauga Road Water Imp€ovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101682 Revised 09/06/2019 005243-3 Agreement Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its oven 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 specifically intended to olocrate and be effective ever if it is alleged or proven that all or some of the damages bein sou ht were caused in whole or in part, by any act omission or negligence of the ci . Article 7. MISCEL L.AN-EOUS 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 Assignmeat 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. 7.3 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 court 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, Foil Worth Division. 7,6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 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 written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 Revised 09/06/2019 005243-4 Agreement Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that C'ontF actor. (1) does not boycott Israel; and (2) will not boycott Israel during Cite term of the contract. 7.8 Immigration Nationality Act. Contractor shall vcrify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-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 so services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL MEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILIT)[ES, OR DOSSES DUE TO VIOLATIONS OF TMS 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, 7.9 No Third -.Party 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, it 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 of, 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 make 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 other 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 for 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 in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised 09/06/2019 00 52 43 - 5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date'). Contractor: William J. Schultz, Inc. dba Circle C Construction Company B (Signature) City of Fort Worth Darya gush -of f -By: Dana eurghdofi t6ec 3, 202016:56 CST) Dana Burghdoff Assistant City Manager Date 2020 Teresa S. Skelly Attest: i r� �-�L/ i7'1 (Printed Name) g City Se retary {� . (Seal)` Title: President : Address: P. O. Box 40328 M&C 20-0767 500 W. Trammell Date: 10/20/20k Foram: 1295 No.: 2020-665762 City/State/Zip: Fort Worth, Texas 76140 Date Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. lam^VJ Jo1% R. Kasavich, P.E. Project Manager, Water Department Approved as to Form and Legality: oeea;� Deiack (Dec 3, 202D 16r Douglas W. BIack Assistant City Attorney Christopher Oarder (Dec 3, 202012A3 CST) Chris Harder, P.E. »m Director, Water DepartmentMCNAL RECORD CITY OF FORT WORTH PM 156 from US 81/287 to Wataugi4t�Ydater-I mprovenmnts STANDARD CONSTRUCTION SPECIPICtkrION DOCUMENTS City Project No. 101682 Revised 09/06/20I9 006113-1 PERFORMANCE BOND Page 1 of 2 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 BOND NO. TXC613307 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRAN'T § KNOW ALL BY THESE PRESENTS: That we, William J. Schuitz Inc. dba Circle C Construction Com an , known as "Principal" herein and Merchants Bondinl; Company (Mutual , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 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 Two n M 11iaSeven Hundred Fo -Six Thou L Seven in Hundred Seven -Five and No/I00 $2 746 775.00 lawful money of the United States, to be ewe id bind Fort Worth, Tarrant County, Texas for the payment of which sum well and truly t ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 24�._ day of 2020, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as FM 156 from US 81/287 to Watau Mom Road Water Irn rovements Citv Pro'ect No- 101682 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 29 to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in Tarrant 31 County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. FM 156 From US 811287 to Watauga Road Water Improvements CITY OF FORT WORTH City Project No. 101682 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 40 006113-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance 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 SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2C> day of 2020. ATTEST: (Principal) Secretary, Michele ank ord Witness as to Principal Witness as to Surety, John A. Miller PRINCIPAL: William J. Schultz, Inc. dba Circle_C Construction Company.... BY: Z,a S �tg Signature Teresa S. Skelly,President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchants.lWdinl? Coml anv (Mutual BY: _ .. oe"ZeQ5 Signature Sheryl A. Klutts Attorney -=in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 1-800-678-8171 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 ERCHANT7'%, BONDING COMPANY,,, POWER OF ATTORNEY KnowAlt 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, John A Miller; John R Stockton; Sheryl A Mutts their true and lawful Attorney(syin-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, 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 Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Hoard of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNationaf 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 to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizanoes, 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 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 aut 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 consenting 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 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 Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been 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 'Pith day of February 2020 •■aaa aa•■• �� ■• ee.. "oo •• 'p®' •, : e��' e�'4°• MERCHANTS BONDING COMPANY (MUTUAL) 4 � �� � /,s � ®a � . y � •• ,L a MERCHANT NATIONAL BONDING, INC. _ 2003 ; , : �' 1933 e: By off'- id_• �.� e�d�j•• 'Co 0 •••� ••......••tea. •� to"ae President STATE OF IOWA •••••■■'aayye' e ° ° • • e o e o COUNTY OF DALLAS ss. On this 11th day of February 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 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. � IAt s POLLY MASON O Commission Number 750576�� My Commission Expires /pylq. January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William 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 effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , 2020. ••aaatn■a•••• o°o•..•e° �. oO� A o „0_ 1933 ; C° Secretary ,�. 2003 POA 0018 (1120) •••''•■••:} •,••••• ° ■• ° e • 0061 14 - 1 PAYMENT BOND Page 1 of 2 I BOND NO. TXC613307 2 SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William. J. Schultz Inc. dba Circle C Construction Comp an , known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly I I bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the penal sum of Two MiilIion, Seven hundred Forty, -Six Thousand, 13 Seven hundred Seventy -Five and „No_/100 ($2,746,775.00), lawful money of the United States, to be 1.4 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly 16 by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the AD__..__ 18 day of _ n , 2020 which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as FM 156 21 from US 81/287 to Watauga Road Water Improvements, City Proiect No. 101682. 22 23 24 25 26 • 27 28 29 30 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code,, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance 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 statute. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 0061 14 - 2 PAYMENT BOND Page 2 of i IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this 24:) day of , 2020. ATTEST: (Principal) Secretary, Miche S. Lankford Witness as to Principal PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company BY: 11n,24 �4 r Signature Teresa S. Skelly — President Name and Title Address: P. O. Box 40328 Port Worth, TX 76140 SURETY: Merchants Bon in om an (Mutual) ATTEST: BY: Signature (Surety) Secrets a Witness as to Surety, John A. Miller Sheryl A. Klutts, Attorney -in -Fact_ Name and Title Address: 6700 Westown Parkwa West Des Moines, IA 50266-7754 Telephone Number: 1-800-678-8171 4 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 5 showing that this person has authority to sign such obligation. If Surety's physical address is different 6 from its mailing address, both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. 9 END OF SECTION CITY OF FORT WORTH FM 156 from US 811287 to Watauga ]load Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 ERCHAN�'S BONDING COMPANYT,a 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, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attorney(s)4n-Fact, to sign its name as surety(ios) and to execute, seal and acknowledge any and all bonds, undertakings, 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 OF guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) 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 to appoint Altomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and 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 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 aut hority hereby given to the Attomey-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 consenting 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 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 Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been 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 11th day of February , 2020 tiff■f flff :� ''• '• a 9 W. ' MERCHANTS BONDING COMPANY (MUTUAL) �A .�MERCHANTS NATIONAL BONDING, INC. �0@®p � -o- �: s • �; p~o �=. 2003 : y 1933 r Cv By '.��•' ' ��` J Qo' .d✓ 7� A. '•.�j�/•'• •��i�. 'r•�� ,o•° President STATE OFIOWA ••�4fffffrfiaillo"*' 'eOe•sp°° COUNTY OF DALLAS ss. On this 11th day of February 2020 , before me appeared Larry did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and seals affixed to the foregoing instrument are the Corporate Seals of the Companies, of the Companies by authority of their respective Boards of Directors. POLLY MASON Z e e f � Commission Number 750576 My Commission Expires January 07, 2023 (Expiration of notary's commission does not invalidate this instrument) Taylor, to me personally known, who being by me duly sworn MERCHANTS NATIONAL BONDING, INC.; and that the and that the said instrument was signed and sealed in behalf Fov�_ mk3� Notary Public I, William 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 effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 2a day of ,2020. ff,fffurfff'. e•e'• 'e'• Co 0% : .oa A,� A4 ci � a04=®d v e-.� -o- �.. ��. 2003 : ,jo: 1933 �. do :•� •��,. fffff.HJ�µf..''. •,e��• `tar • ooa°O•°OOD POA 00 18 (1/20) Secretary 006119-1 MAINTENANCE BOND Page I of 3 1 2 BOND NO. TXC613307 3 SECTION 00 6119 4 MAINTENANCE BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 10 That we, William J. Schultz Inc. dba Circle C Construction Com an , known as "Principal" herein 11 and Merchants Bonding Company Mutual a corporate surety (sureties, if more than one) duly 12 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas, known as "City" herein, in the sum of Two -Million, Seven Hundred Forty -Six 15 Thousand Seven Hundred Seventy -Five and No/100 $2746 775.00 lawful money of the United 16 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be 17 made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors 18 and assigns, jointly and severally, firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded 21 the2 day of , 2020, which Contract is hereby referred to and 22 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories as defined by law, in the prosecution of the Work, including any Work resulting 24 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 25 and designated as FM 156 from US 81/287 to Watauga Road Water Im rovements City Project No. 26 101682; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance 29 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 30 in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance 31 of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 a 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect - PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 10t682 Revised July 1, 2011 I Vj 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 0061 19 - 3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 2_ day of �, 2020. ATTE4T: (Principal) Secretary, Michele ank ord Witness as to Principal Witness as to Surety, John A. Mi ier PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction-Comoan BY: ,mac a 1�� Signature _Teresa S. Skelly, President Name and Title Address: P. O. Box 40328 Fort Worth, TX 76140 SURETY: Merchants din Company (Mutual) BY: Ak�a. i!lw� Signature Sheryl A. Klutts Attorney -in -Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 1-800-678-8171 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 ERCHAN -- BONDING COMPANYT,, 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, John A Miller; John R Stockton; Sheryl A Klutts their true and lawful Attomey(s}€n-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, 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 Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) 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 to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and 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 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 aut hority hereby given to the Attomey-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 consenting 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 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 Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been 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 11th day of February 2020 •, 'i ,p•_ ®ram s °O�O (�F(j A�°• MERCHANTS BONDING COMPANY (MUTUAL) `i�:'�� "'��' i $ : • m �,0 �4". A- MERCHANT NATIONAL BONDING, INC. 2003 ;�� �y. 1933 �'�e By .'Ze '�..•°�.... sident STATE OF IOWA 'rr•r•n•t•*• ° • • • • • • e COUNTY OF DALLAS ss. On this 11th day of February 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did any that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing 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. � tAttv PALLY MASON 0 e e a Commission Number umber 750576 My Commission Expires epWP January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William 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 effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 2= day of CCiVAOer, 2020. �•anrr�• ° e ... •e �.� �f2► ©a • Cq •'� �'• .L ° ��i 'BSI d""�r'si'3s� . gyp..-O- • 1g33 ; e; secretary f�. 2003 ; ,�= ,��f.� may• POA 0018 (1120) ei•.'r.'r��}•.*''' •O ° • �e • • •° MERCHANTS MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498, DES MOINES, IO'VVA 50306-3498 , (800) 678-8171 , (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc, P.O. Box 14498 Des Moines., Iowa 50306-3498 (515) 243-817.1 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2115) MERCHANTS BONDI.NG CO IAA,% ,,� M RC HA4 TS BONDING C:(7iw11'tlNY (MUTUAL) l'.O. ROX 14498, DES PAOINtS. IOWA 50:306-3,198 III-iC NE- (f 00) 678-8171 FAX(S 1.5.1243-3854 1310 BOND PUBLIC 11110HAK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. N/A That Williana J. Schtrltz> lnc. dba circle C L cat structiota oa a a ! Pa , I3c�x 4 328 I=c�i �A!crtth T � 1 _ (hereinafter called the Principal) as Principal, and the Merchants Bondin `'0111 Pally Natu al) (hereinafter called Surety)„ as Surety, are held and firmly bot:rrrd'to t:Ry of Foil Worth 1000 Throc.kanorton street,__ Fort Worth Texas 76.102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amoernt Bid Five Per cetat cif Greatest Aaaaaaraa.t B.icl Dollars good and lawful money ofthe Urilted States of America, to the payment of which sum of anoney well and truly to be made, the Principal and Surety brad Themselves, their heirs, execrators, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 31-r1 Tay of & % cr 2020 THE CONDITION OF THIS OBLIGATION IS SUCH, that, If thaw=: Obligee shall make any award to the Principal for Construction of FM I56 from EIS 81 /28'7 to Watauga Road Water 1inprovements - City Project No. 101682 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall drily retake and enter into a contract with the Obligee in accordance: with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be ,null and void, otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Stirety have caused these presents to be duly signed and sealed. Witness: 'A' i[nossp-v Surety: m Aitnsk ' X� John A. Miller CON 0333 (2115) William J. Schultz, Inc. dba Circle C Construction Com Principal By J te.o-�- Teresa S. alcellyq l'{' Mf crry . lultrclrrwnls 13 Cornpa� itual) lr f , By — Sheryl A.: teat ` Attarrrey"-iri-Fa t Policy #OPP100051064 COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU e ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SGHLDULL UPI1UNAL 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 Declarations.) 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: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. 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. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 3 Copyright 2013 FCC] Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) However, the insurance afforded to such additional insured(s) described above: 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; and 4. 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 contractor 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 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. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 3 Copyright 2013 FOCI Insurance Group. COMMERCIAL GENERAL LIABILITY CGL 084 (10 13) 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 Farm. CGL 084 (10 13) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3 Copyright 2013 FCCI Insurance Group. Policy #CPP100051064 FIRST CHOICE CONTRACTORS LIABILI Y ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage ...................................................................................................................................... 9 BailBonds... ........................................... ................................................................................................................... 9 Blanket Waiver of Subrogation.. .................................... ...................................... __ ................................... ........... 14 Bodily Injury and Property Damage........................................................................................................................... 1 Care, Custody or Control............................................................................................................................................ 3 Contractors Errors and Omissions............................................................................................................................. 6 Contractual Liability (Personal & Advertising Injury).................................................................................................. 2 ElectronicData Liability............................................................................................................................................. 1 GeneralLiability Conditions....................................................................................................... ...................... 13 IncidentalMalpractice................................................................................................................................................ 9 Insured........................................................................................................................................................................ 9 Limited Product Withdrawal Expense ....................................................................................................................... 3 Limitsof Insurance................................................................................................................................................ 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage............................................................................................................................................. ...... 8 Newly Formed or Acquired Organizations............................................................................................................... 11 Non -Owned Watercraft................................................................................................................ ...................... 1 Property Damage Liability — Borrowed Equipment.................................................................................................... 1 Tenant's Property and Premises Rented To You ................ ........................... ................ -.......................................... 8 VoluntaryProperty Damage.. ..................................................................................................... ......................... 2 Policy #CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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 any one "occurrence" is $10,000. 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), Lard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2015 FOCI insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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; 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. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Pago 2 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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"; 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. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2015 FCC] Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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 only those "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 (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". CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, inc., with its permission. Page 4 of 14 Copyright 2015 FCC] Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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: (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 a 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; (7) Costs of warehouse or storage space; or CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 20115 ECCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (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. 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. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of U Copyright 2015 FOCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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. L 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. n. Any liability for "property damage" to "your work" if the damaged work or the work out 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 or engineering 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. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2015 FCC] Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. 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. 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. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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, G, and H. 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. 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 (5) Nothing herein shall extend the term of this policy. CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2015 FCC] Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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". 1. 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 after the 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; (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; CGL 088 (01 15) Includos copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) (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: The exceptions contained in Subparagraphs d. or f.; or 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; e. Care, Custody or Control damages under Coverage E.; and Lost Key Coverage under Coverage H. 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 C; 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; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. 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, CGL. 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2015 FCC] Insurance Group COMMERC[AL GENERAL LIABILITY CGL 088 (01 15) 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 any one 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 $1,600. 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, 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. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. 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. 11. Paragraph 14. is added as follows: 14. 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 CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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; (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. 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: 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 CGL 088 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL 088 (01 15) 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. 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 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2015 FCCI Insurance Group Policy #CAA100051065 COMMERCIAL AUTO CAU 058 (0519) 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 11 — 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 60 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 Il. 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 "empioyee'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 CAU 058 (0519) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of Copyright 2018 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (05 19) 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: (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: a. 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 $50 per day to a total maximum of $1,500 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". 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 $1,500. 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. CAU 058 (05 19) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2018 FCC1 Insurance Group, COMMERCIAL AUTO CAU 058 (05 19) 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 loss to the leased covered "auto', we will pay any unpaid amount due an 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 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 confined 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 Declarations 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. CAU 058 (05 19) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2018 FCCI Insurance Group. COMMERCIAL AUTO CAU 058 (05 19) (3) Glass damage if repaired rather than replaced. 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 (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: 5. 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 (05 19) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2018 FCCI Insurance Group. COMMERCIAL AUTOMOBILE Policy #CAA100051065 CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURE® - 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. -rcex,nmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B 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 8112120 at 12:01 a.m. standard time, forms a part of: Policy no. 0002051085 of Texas Mutual Insurance Company effective on 8/12120 Issued to: WILLIAM J SCHULTZ INC DBA: CIRCLE C CONSTRUCTION COMPANY This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 &L,V- 6-�� Authorized representative 8111120 WC 42 03 04 B 0061 25 - 1 CERTIFICATE OF INSURANCE Page I of 1 I SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [,4ssembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 S��� ������� ���`���~��^��`�^^^�^��OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Ardclel—[}cfinitinzoaod Tenninology --.------------------ .......... ......... ........... —....... 101 ' L���o�dl�cnno ----------''''--------'''----------''---'---------1 1.02 ----____________.._________________________.___ Article —r'ouuuou'� 2NaUc� --_---..---.-_---..---.--_----...---.----...-------7 2.01 Copies n[Documents .................................................................................................................... 7 2.03 Commencement o[Contract Time; Notice toProceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 2.04 Qofon: Starting Construction .................... ................................................................................... 8 2.05 Preconstruction Conference ......................................................................... --------.-_-8 2.06 Public Meeting ----'----------------------------------'---'' 2.07 Initial Acceptance n[Schedules .................................................................................................... 0 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 30l ' Intent ----'—'----'------------------''--''---------'-----...-8 3.02 Reference Standards 9 . 303 azu� "u�/"'uv� zueso/vu/guuyoo:puno/es .---..--------------.-_..--..-------g 3.04 Amending and Supplementing Contract Documents .................................................................. l0 3])5 Reuse o[Documents .............................. ..................................................................................... 18 3.06 Electronic Data ..................................................... —.----.---.-_-----.-_------ll Article 4— Availability of Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... 11 4.01 Availability UfLands .................................................................................................................. 1l 4]]2 Subsurface and Physical Conditions .......................................................................................... l3 4/03 Differing Subsurface or Physical Conditions ............................................................................. 12 414 Underground Facilities .......................................................................... ................................. l3 4O5 ' B�f��n�cPwio� '---------''-------'--'----'---'--------.-----..14 4.06 Bizxurdunx Environmental Condition utSite .............................................................................. l4 Article �� Bonds and Insurance ---''-------'''--------------------------_—.l0 5]01 Licensed Sureties and Insurers ................................................................................. ................. l6 5i02Performance, Payment, and Maintenance Bonds ....................................................................... |6 5.03 Certificates ofInsurance ............................................................................................................. l6 5]}4 Contractor's Insurance —.---_-----~.----..-----------------------l8 5J05 Acceptance ofBonds and to Replace .................................................. ........ l9 Article 6 — Cozdznotor`e Responsibilities —.-----_----------..---.---_----...------l9 6.01 �� �up�'v/mu// o ---...-------....----._—_-------_----.l9 CITY unFORT vmmo STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 6.02 Labor; Working Hours...............................11............................................................................... 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 Lauri 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......................................................................................................................I.............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........................................................................ 8.01 Communications to Contractor........................................................ 9.02 Furnish Data..................................................................................... 8.03 Pay When Due................................................................................. 8.04 Lands and Easements; Reports and Tests ........................................ 8.05 Change Orders.................................................................................. 8 06 Ins ections Tests and Approvals ............................................ .......................................... 35 .......................................... 35 ........................................1. 36 ......................................... 36 ......................................... 36 ......................................... 36 ......................................... 36 ......................................... 36 ......................................... 36 8.07 Limitations on City's Responsibilities................................................. 8.08 Undisclosed Hazardous Environmental Condition .............................. 8.09 Compliance with Safety Program ........................ I .......................... 36 .................................. 37 .................................. 37 .................................. 37 Article 9 - City's Observation Status During Construction............................................................ 9.01 City's Project Manager............................................................................................. 9.02 Vislts to Site ................................................................................................................. 9.03 Authorized Variations in Work................................................................................... : 9.04 Rejecting Defective Work........................................................................................... 9.05 Determinations for Work Performed........................................................................... 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work...... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareb 9, 2020 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01. Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement........................................................... .......................... I ................ 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 1.2.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................ 49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period......................................................................................................•----............. 50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience.......................................................................................60 Article16 - Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision: March 9, 2020 I Article17 -- Miscellaneous.............................................................................................. 17.01 Giving Notice.. ................................ ........................................................... 17.02 Computation of Times................................................................................ 17.03 Cumulative Remedies................................................................................. 17.04 Survival of Obligations............................................................................... 17.05 Headings...................................................................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Macrh9,2020 .62 .........I ................... 62 ............................. 62 ............................. 62 .... 63 ............................. 63 00 72 00 - 1 GENERAL CONDITIONS Page I of 53 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 wordsdenoting 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. b. 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. S. 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORT[ I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:M rcb%2020 GENERAL CONDITIONS Page 2 of63 12. 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. 13. City— The City of port 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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. 18. 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. 19. 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. 20. 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). 21. 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. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M 69,2020 00 72 00 - l GENERAL CONDITIONS Page 3 of63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. 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. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9, 2020 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs Polychlorinated biphenyls. 48. 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. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maa 9, 2020 GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project --The Work to be performed under the Contract Documents. 52. Project Manager. —The authorized representative of the City who will be assigned to the Site. 53. 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. 54. Radioactive MaterialSource, 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. 55. Regular Working Hours -- Hours beginning at 7:00 am. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. 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. 59. Site —Lands or areas indicated in the Contract Documents as being famished 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. 60. 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. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9, 2020 VV /GVV`A GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 66. 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. 67. 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. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. 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. 71. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of 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 mcan 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 no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT€ON DOCUMENTS Revision: March 9, 2020 uu'"u-1 GENERAL CONDITIONS Page S of63 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 plirases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 9 of63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification. section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification., manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mbr&9, 2020 GENERAL CONDITIONS' Page 10of63 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 Docturients 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 Proj cet or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 l 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 on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands 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 casements. 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 casements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 GENERAL CONDITIONS Page 12 of63 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 andf 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 STANDARJ)CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall, not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2, the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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. 1f 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 Iost 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 Mown 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 arc 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 ORTH STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Revision: Maveh 9, 2020 00 '72 00 - 1 GENERAL CONDITIONS Page 15 of63 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; (h) 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 perinits 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 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. II. 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 WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mazr1i9, 2020 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 publislied 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 requiremcnts 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 oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the mininium amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawh9, 2020 00 72 00 l 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 'nfust be licen8Fedand/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 forin of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be 1 iable: 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: prey ises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCMCATION DOCUMENTS Revision: March 9, 2020 007200-[ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 Fours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1, for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. if required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or Equal" Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6,05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 ofperfonnance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute .items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marrh9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 23 of63 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, rVaintenance; repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City .for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 GENERAL CONDI-WCZ 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 (MBF,) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification. of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I 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 perfonning or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities perforr[ung 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 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision: March 9, 2020 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, proces§, 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 claim., costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 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 governinental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3- Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9, 2020 GENERAL CONDI710NS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time.of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time: 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. btt ://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the ,Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: NW& 9, 2020 00 72 00 - [ 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 621, 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. F. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 202-0 00 72 00 I GENERAL CONDITIONS Page 31 u f 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. I. 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. Fox -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 withethe.,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 whore Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March%2020 00 72 00 - [ 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; S. 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 TNDEMNIFI ATTON PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN W IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOT HT WERE CAI)SF D IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NF.GLTGENCE 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 P OVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVE_ N THAT All OR SOME OF THE DAMAGES HT RF CAUSED, IN WHOLE OR IN PART BY ANY ACT. OMISSION O NEGLIGENCE OF THE CITY 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma 9,2020 00 72 00 - l GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination .A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9, 2020 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: I. 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. I' 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. I 8.03 Pay When Due ? City shall make payments to Contractor in accordance with Article 14. k 8.04 Lands and Easements, Reports and Tests I 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 3 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. I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamh9, AM I 00 72 00 - 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 identified in the Supplementary Conditions. 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 conforin 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 OI' PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamh%2020 GENERAL CONDITIONS Page 39 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9,2020 UU 12 UU - 1 GENERAL CONDITIONS Page 39 of63 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: 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 stun or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such .notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 GENERAL COZFIT CZ' Page 40 of63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4, A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with *the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - l 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 It — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.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% mark -tip, 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 I -Tours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: ]March 9, 2020 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 perfonnance 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. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mw-ch9,2IM I 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 11.01.A_ 1 or specifically covered by Paragraph I LO1.AA, 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 perfori-ned oii the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS Revision: March9, 2020 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 Inay 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity_ 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. PIans 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 'Trice and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 f 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C_ Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as + follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.0l.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; f b. for costs incurred under Paragraph 11.01.A.4 and 11.0LA.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revisioa: Mx69, 2020 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 I1.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (51/o) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c:• no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's ,fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. if Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTMATION DOCUMENTS Revision: March 9, 2020 vu'Lvv-I 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 Tejected, 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 shah pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mawb 9, 2020 00 72 00 - L 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 1.3.03 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. 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 13,09 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATEON DOCUMENTS Revision: March9,2020 VV 1Luu-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 scbcdule,,whethcr.or not fabricated,;installed,.or completed, or, if the Work has been rejected by City, remove it from the, Project and. replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3, if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 00 72 00 I CFNFRAL 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 Contfactor 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 ofDefective 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 1.3.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 v""VV-! 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 rig4t;s 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. 4pplicationsfor 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 TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwh9,2020 00 72 oft - I 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 inight 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 perforinance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN4FNTS Revision: Mm h9,2020 uu " uu - 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 r (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent 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. i 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. r 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 f 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 I 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 1 time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marc19,2020 007200-I GENERAL CONDITIONS Page 55 of63 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 dine 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 Finallnspeetion A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 GENERAL CONDITIONS Page 56 of63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due. 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 57 of63 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 V "'" 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,$Q� able materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or S. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 1.5.02A. 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 performm the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally tenninate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. if Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maxd19, 2020 00 72 00 - I GENERAL CONDITIONS Pape 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. b. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: A7arch 9, 2020 UU lL UU-I OFNFRAL CONDITIONS Page 60 of63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPI CiFICATION DOCUMENTS Revision: March % 2020 00 72 00 - I 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 teriination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision! March 9, 2020 UU /G UU-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or .. 3,. gives written notice to.the,other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: a 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. 1 B. Business address changes must be promptly made in writing to the other party. } C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a I Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT€ON DOCUMENTS Revision: March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 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 brown outstanding right-of-way, and/or easements to be acquired, if any as of July 31, 2020 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. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water improvements STANDARD CONSTIZUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of July 31, 2020 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not 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 Report No. 103-18-304, dated May 22, 2019, prepared by CMJ Engineering, Inc., a sub -consultant of Kimley-Hom and Associates, Inc., a consultant of the City, providing additional information on existing geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5A3A., "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: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidelit/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 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: $1,000,000 each 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. $1,000,000 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 1 $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. SC-6.03E., "Services, Materials, and Equipment" USE OF DOMESTIC CONSTRUCTION MATERIALS For the 48-inch Water Line E. Bailey Boswell Road and the 24-inch Water Line A Hannon Road, all materials shall use domestically manufactured products that are composed predominately of steel and/or iron to incorporate into the permanent installation of the utility facility in compliance with the Buy America provisions of 23 CFR 635.410 as amended. Submit an executed TxDOT Form 1818 with attached Mill Test Reports, issued and signed by the initial fabricator, stating that the materials were manufactured domestically." 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: 20J3 Prevailzn-- Wm-e Rates CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improveracnts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDY11ONS Page 4 of 6 A copy of the table is also available by accessing the City's website at: https.-Happs.fortworthtexas.2ov/Proj ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known pen -nits and/or licenses required by the Contract to be acquired by the Contractor: City Street Use Permit for Traffic Control SC-6.09B. "City obtained permits and licenses" The following are known pen -nits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 31, 2020 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TxDOT Utility Installation Permit November 2020 SC-7.02., "Coordination' The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority, None SC-8.01, "Communications to Contractor" 1. Black Sumac 8-inch Water Line: Contractor shall notify the Creekwood HOA thirty (30) days prior to shutdown of water line for construction of the 8-inch water line. Kim.comiske,hillwood.com Son dr a.franey(&oodwJntx.corn Pri sca.ki rkLag!nai l.com 2. 48-inch Water Line on E. Bailey Boswell: Contractor shall provide written notice (including email) to the EnLink representative designated below at least seventy two (72) hours prior to the commencement of any construction, maintenance, operation, inspection, repair, and removal of the City Facility or any equipment or machinery located within twenty-five feet (25') of the EnLink Facility. Colin Brammell, Landman Phone: 405422-8919 Email: Colin.Brainrnell a,entink.com CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 10 168 2 Revised March 9, 2020 V a 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 3. 48-inch Water Line on Harmon Road: Contractor shall notify Children's Courtyard of Blue Mound Road 2 weeks prior and 48 hours prior to shutdown of water line for construction of the 48-inch water line. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is John R Kasavich, P.B., or his/her successor pursuant to written notification from the Director of the Water Department. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIMCATIONDOCUMENTS City Project No. 101682 Revised March 9, 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 SC-13.03C., "Tests and Inspectims" 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. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website_ CITY OF PORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 011100-1 1 SUMMARY OF WORY, Page I of 3 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1- Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, None. 9 C. Related Specification Sections include, but are not necessarily limited to: s 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] i 17 1.4 ADMINISTRATIVE REQUIREMENTS 3 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. r ' 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH FM 156 from US 91 /287 to Watauga Road Water Improvements STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 I 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent: property. 4 c. if the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the .railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy 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, 1.8 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 ovemight, 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 FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 01 11 00-3 SUMMARY OF WORK Page 3 oP3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 I I END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 8 1128 7 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 20I2 r 01 25 00 - 1 SUBSTITUTION PROCEDURES Pagel of4 1 I SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL i - 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 s 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fart 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 Fonns and Conditions of the Contract 1.8 2. Division I — 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 WORTI3 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 l I Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval r 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 1 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] It 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 I. 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 A. 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] 1 26 1.12 WARRANTY [NOT USED] ti 1 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] G 29 END OF SECTION 30 i 31 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I 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 Finn Address Date Telephone For Use by City: Approved City Recommended Not recommended By Date _ Remarks Date Rejected Recommended Received late CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised July 1, 2011 I I SECTION 013119 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 5 A. Section Includes: 6 1. Provisions for the preconstluction 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: 1 l 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements s 13 L2 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 l . 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 wilt 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 4 31 meeting and distribute copies of same to all participants who so request by fully I 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 0131 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 in. PayroIl 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance it. Final Payment J. Questions or Comments CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised August 17, 2012 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] S 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED], 1.0 PART 3 - EXECUTION [NOT USED] 11 12 13 I END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 From US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 101692 Revised August 17, 2012 0131 20- 1 PROJECT MEETINGS Page 1 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 Port Worth Standard Specification to 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 detenuined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH FM 156 from US 81l287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 43 44 45 46 47 48 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination. meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF PORT WORTH FM 156 from US 8I/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of 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] I2 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] s 21 END OF SECTION 22 i i 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM i 56 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 0 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 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier S - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTS FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-Ioaded 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, mace 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 FM 1.56 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHTEDULE 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 al I 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 t . 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 shalt 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 I I 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 WORTIi FM 156 from US 81/297 to Watauga Road water- Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 I 1 2 3 4 5 6 7 8 9 10 11 J2 13 14 15 i 16 17 I I 18 I 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C£rY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I I I I SECTION 0132 33 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 1.1 SUMMARY 01 32 33 - 1 PREC.ONSTRUCIION VIDEO Page 1 of2 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. Precon.struction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH FM 156 from US 8 U287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PAojcct No, 101682 Revised July 1, 2011 013233-2 PRECONSTRUCTION 'VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvement`s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised July 1, 2011 013300-1 SUBMITTALS Page 1of12 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 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 CITY OF FORT WORTH FM 156 from US 81/287 to Wata uga Road Water Im provements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCitV Project No. 101682 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 12 1 1. Notify the City in writing, at the time of submittal, of any deviations in the 2 submittals from the requirements of the Contract Documents. 3 2. Coordination of Submittal Times 4 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 5 performing the related Work or other applicable activities, or within the time 6 specified in the individual Work Sections, of the Specifications. 7 b. Contractor is responsible such that the installation will not be delayed by 8 processing times including, but not limited to. 9 a) Disapproval and resubmittal (if required) 10 b) Coordination with other submittals 11 c) resting 12 d) Purchasing 13 e) Fabrication 14 f) Delivery 15 g) Similar sequenced activities 16 c. No extension of time Will be authorized because of the Contractor's failure to 17 transmit submittals sufficiently in advance of the Work. 18 d. Make submittals promptly in accordance with approved schedule, and in such 19 sequence as to cause no delay in the Work or in the work of any other 20 contractor. 21 B. Submittal Numbering 22 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 23 reference identification numbering system in the following manner: 24 a. Use the first 6 digits of the applicable Specification Section Number. 25 b. For the next 2 digits number use numbers 01-99 to sequentially number each 26 initial separate item or drawing submitted under each specific Section 27 number. 28 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 29 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 30 submittal number would be as follows: CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 I 013300-3 SUBMITTALS Page 3 of 12 1 2 03 30 00-08-B 3 4 1) 03 30 00 is the Specification Section for Concrete 5 2) 08 is the eighth initial submittal under this Specification Section 6 3) B is the third submission (second resubmission) of that particular shop 7 drawing 8 C. Contractor Certification 9 1. Review shop drawings, product data and samples, including those by 10 subcontractors, prior to submission to determine and verify the following: 11 a. Field measurements 12 b. Field construction criteria 13 c. Catalog numbers and similar data 14 d. Conformance with the Contract Documents 15 2. Provide each shop drawing, sample and product data submitted by the Contractor 16 with a Certification Statement affixed including: 17 a. The Contractor's Company name 18 b. Signature of submittal reviewer 19 c. Certification Statement 20 1) "By this submittal, I hereby represent that I have determined and verified 21 field measurements, field construction criteria, materials, dimensions, 22 catalog numbers and similar data and I have checked and coordinated 23 each item with other applicable approved shop drawings." 24 D. Submittal Format 25 1. Fold shop drawings larger than S % inches x 11 inches to 8 % inches x 11inches. 26 2. Bind shop drawings and product data sheets together. 27 3. Order CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPFCIrICATION DOCUMENTSCity Project No. 101682 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 013300-4 SUBMITTALS Page 4 of 12 a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field 'dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom --prepared data such as fabrication and erection/installation (working) drawings CITY OF FORT WORTH FM 156 from US81/287to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project Na. 101682 Revised December 20, 2012 I a 013300-5 SUBMITTALS Page 5 of 12 1 b. Scheduled information 2 c. Setting diagrams 3 d. Actual shopwork manufacturing instructions 4 e. Custom templates 5 f. Special wiring diagrams 6 g. Coordination drawings 7 h. Individual system or equipment inspection and test reports including: 8 1) Performance curves and certifications 9 i. As applicable to the Work 10 2. Details 11 a. Relation of the various parts to the main members and lines of the structure 12 b. Where correct fabrication of the Work depends upon field measurements 13 1) Provide such measurements and note on the drawings prior to submitting 14 for approval. 15 G. Product Data 16 1. For submittals of product data for products included on the City's Standard 17 Product List, clearly identify each item selected for use on the Project. 18 2. For submittals of product data for products not included on the City's Standard 19 Product List, submittal data may include, but is not necessarily limited to: 20 a. Standard prepared data for manufactured products (sometimes referred to as 21 catalog data) 22 1) Such as the manufacturer's product specification and installation 23 instructions 24 2) Availability of colors and patterns 25 3) Manufacturer's printed statements of compliances and applicability 26 4) Roughing --in diagrams and templates 27 5) Catalog cuts CITY OF FORT WORTH FM 156 from Us 81/287to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December20, 2012 013300-6 SUBMITTALS Page 6 of 12 1 6) Product photographs 2 7) Standard wiring diagrams 3 8) Printed performance curves and operational -range diagrams 4 9) Production or quality control inspection and test reports and certifications 5 10) Mill reports 6 11) Product operating and maintenance instructions and recommended 7 spare -parts listing and printed product warranties 8 12) As applicable to the Work 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern 15 swatches and range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material 20 to be fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on -site construction accomplished 22 which does not conform to approved shop drawings and data is at the Contractor's 23 risk. 24 2. The City will not be liable for any expense or delay due to corrections or remedies 25 required to accomplish conformity. 26 3. Complete project Work, materials, fabrication, and installations in conformance 27 with approved shop drawings, applicable samples, and product data. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 I I 013300-7 SUBMITTALS Page 7 of 12 1 J. Submittal Distribution 2 1. Electronic Distribution 3 a. Confirm development of Project directory for electronic submittals to be 4 uploaded to City's Buzzsaw site, or another external rTP site approved by the 5 City. 6 b. Shop Drawings 7 1) Upload submittal to designated project directory and notify appropriate 8 City representatives via email of submittal posting. 9 2) Hard Copies 10 a) 3 copies for all submittals 11 b) If Contractor requires more than 1 hard copy of Shop Drawings 12 returned, Contractor shall submit more than the number of copies 13 listed above. 14 c. Product Data 15 1) Upload submittal to designated project directory and notify appropriate 16 City representatives via email of submittal posting. 17 2) Hard Copies 18 a) 3 copies for all submittals 19 d. Samples 20 1) Distributed to the Project Representative 21 2. Hard Copy Distribution (if required in lieu of electronic distribution) 22 a_ Shop Drawings 23 1) Distributed to the City 24 2) Copies 25 a) 8 copies for mechanical submittals 26 b) 7 copies for all other submittals 27 c) If Contractor requires more than 3 copies of Shop Drawings returned, 28 Contractor shall submit more than the number of copies listed above. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCitV Project No. 101682 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 12 1 b. Product Data 2 1) Distributed to the City 3 2) Copies 4 a) 4 copies 5 c. Samples 6 1) Distributed to the Project Representative 7 2) Copies 8 a) Submit the number stated in the respective Specification Sections. 9 3. Distribute reproductions of approved shop drawings and copies of approved 10 product data and samples, where required, to the job site file and elsewhere as 11 directed by the City. 12 a. Provide number of copies as directed by the City but not exceeding the 13 number previously specified. 14 K. Submittal: Review 15 1. The review of shop drawings, data and samples will be for general conformance 16 with the design concept and Contract Documents. This is not to be construed as: 17 a. Permitting any departure from the Contract requirements 18 b. Relieving the Contractor of responsibility for any errors, including details, 19 dimensions, and materials 20 c. Approving departures from details furnished by the City, except as otherwise 21 provided herein 22 2. The review and approval of shop drawings, samples or product data by the City 23 does not relieve the Contractor from his/her responsibility with regard to the 24 fulfillment of the terms of the Contract. 25 a. All risks of error and omission are assumed by the Contractor, and the City will 26 have no responsibility therefore. 27 3. The Contractor remains responsible for details and accuracy, for coordinating the 28 Work with all other associated work and trades, for selecting fabrication 29 processes, for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 0133 00 - 9 SUBMITTALS Page 9 of 12 1 4. If the shop drawings, data or samples as submitted describe variations and show a 2 departure from the Contract requirements which City finds to be in the interest of 3 the City and to be so minor as not to involve a change in Contract Price or time for 4 performance, the City may return the reviewed drawings without noting an 5 exception. 6 S. Submittals will be returned to the Contractor under 1 of the following codes: 7 a. Code 1 8 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 9 comments on the submittal. 10 a) When returned under this code the Contractor may release the 11 equipment and/or material for manufacture. 12 b. Code 2 13 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 14 notations and comments IS NOT required by the Contractor. 15 a) The Contractor may release the equipment or material for 16 manufacture; however, all notations and comments must be 17 incorporated into the final product. 18 c. Code 3 19 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned 20 when notations and comments are extensive enough to require a 21 resubmittal of the package. 22 a) The Contractor may release the equipment or material for 23 manufacture; however, all notations and comments must be 24 incorporated into the final product. 25 b) This resubmittal is to address all comments, omissions and 26 non -conforming items that were noted. 27 c) Resubmittal is to be received by the City within 15 Calendar Days of 28 the date of the City's transmittal requiring the resubmittal. 29 d. Code 4 30 1) "NOT APPROVED" is assigned when the submittal does not meet the intent 31 of the Contract Documents. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 0133 00 - 10 SUBMITTALS Page 10 of 12 1 a) The Contractor must resubmit the entire package revised to bring the 2 submittal into conformance. 3 b) It may be necessary to resubmit using a different 4 manufacturer/vendor to meet the Contract Documents. 5 6. Resubmittals 6 a. Handled in the same manner as first submittals 7 1) Corrections other than requested by the City 8 2) Marked with revision triangle or other similar method 9 a) At Contractor's risk if not marked 10 b. Submittals for each item will be reviewed no more than twice at the City's 11 expense. 12 1) All subsequent reviews will be performed at times convenient to the City 13 and at the Contractor's expense, based on the City's or City 14 Representative's then prevailing rates. 15 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 16 all such fees invoiced by the City. 17 c. The need for more than 1 resubmission or any other delay in obtaining City's 18 review of submittals, will not entitle the Contractor to an extension of 19 Contract Time. 20 7. Partial Submittals 21 a. City reserves the right to not review submittals deemed partial, at the City's 22 discretion. 23 b. Submittals deemed by the City to be not complete will be returned to the 24 Contractor, and will be considered "Not Approved" until resubmitted. 25 c. The City may at its option provide a list or mark the submittal directing the 26 Contractor to the areas that are incomplete. 27 8. If the Contractor considers any correction indicated on the shop drawings to 28 constitute a change to the Contract Documents, then written notice must be 29 provided thereof to the City at least 7 Calendar Days prior to release for 30 manufacture. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 I 0133 00 - 11 SUBMITTALS Page 11 of 12 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 9 be 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 25 further information. 26 5. The City will log each request and will review the request. CITY OF FORT WORTH FM 156 from US 81/297to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 01 33 00 - 12 SUBMITTALS Page 12 of 12 1 a. If review of the project information request indicates that a change to the 2 Contract Documents is required, the City will issue a Field Order or Change 3 Order, as appropriate. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [MOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 15 16 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised December 20, 2012 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 7 8 9 1(1 11 12 13 14 15 16 17 18 19 20 ` 21 22 23 24 25 SECTION 013513 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Coordination Within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates CITY OF FORT WORTH FM 156 from US 8 1/28 7 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 01 35 13 - 2 SPFCIAI. 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) Measurementi 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. Alt 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 Govemments (NCTCOG) Clean Construction 27 Specification 28 1.4 A-DNHNISTRATIVE 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 FM 156 from US 81/287 to Watauga Road Water Improvcments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 O] 3513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage -type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company I 1 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as "AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10.00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m, on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of I hour. 38 2) However, the Contractor may begin work prior to 10:00 a.m. i£ 39 a) Use of motorized equipment is less than 1. hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 01 35 13-4 SPECIAL PROJECT PROCF,DURF.S Page 4 of 8 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 a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0 131 13 G. Water Department Coordination I. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of earned project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate waterline valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) in addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. K Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will. be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's Ietterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) DeIiver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. 1. Public Notification of Temporary Water Service Interruption during Construction CrrY OF FORT WORTH FM 1561'rom US 81/287 to Watauga Road Water Improvements. STANDARD CON STRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 013513-5 SPECIAL PROIECTPROCE©UILES 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 £. 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUNIFNTS City Project No. 101682 Revised December 20, 2012 01 35 I3 - 6 SPECIAL PROJECT PROCED I1 R FS 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 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INPORMATIONAI, SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance witb 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 Penziit CITY OF FORT WORTH FM 156 from US 8I/287 to Watauga Road Watcr Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 I I 1 2 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXI-HBIT A (To be printed on Contractor's Letterhead) N 14 -- 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE_ 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDUIZES Page 8 of 8 I EXHIBIT B 2 3 4 FONT WORT Date.: DOE MO. xmklx r-10YBC OF TEMPORARY WAFER 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. TITANIC YOU, CONTRACTOR CITY OF FORT WORTU FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 01 45 23 TESTING AND INSPECTION SERVICES Page I oft SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL, 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from. this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 --- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing I. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirn developlment of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF TORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents, 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management systern. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 101682 Revised March 9, 2020 W5000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 I 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH FM t56 from US 8 V287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 t682 Revised July 1, 2011 01 50 00 - 2 TEMPM-kRY FACILITIES AND CONTROLS Page 2 of 4 l 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 Iess 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 WORTI3 FM 156 from Us 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 101682 Revised July 1, 2011 9 I I 01 50 00 - 3 TFMPORARY FACILITIES AND CONTROLS Page 3 of4 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 1.1.0 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 [ou] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 310 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH FM 156 from OS 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1016K Revised duly 1, 2011 1 2 3 4 5 M 7 8 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 015526--I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 jfS 1 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL r 3 PART 1 - 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 1 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 j 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. a 37 a. To obtain Street Use Permit, submit Traffic Control PIans to City 38 Transportation and Public Works Department. CITY OF FORT WORTII FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of3 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. to 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 Iatest 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 Ci.ty's Buz_zsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCCIMENTS City Project No. 101682 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Pagel of3 I I 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 SECTION 015713 STORM WATER POLLUTION PREVENTION A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. N one. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 -- Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1. acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00, 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Terinination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC 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. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Storinwater Pollution Prevention Plan. CITY OF PORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 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 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 NOT 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 NOT 3) Provide erosion and sediment control in accordance with: a) Section 31 25 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 Tennination 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 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft- copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION] Page 3 o f 3 t B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS (NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 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] 1.2 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 51/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 Revised July 1, 2011 01 58 13 - 1 TEMPORARY PROJECT SIG NAGE Page 1 of 4 1 2 3 AART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: SECTION 0158 13 TEMPORARY PROJECT SIGNAGE 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1—General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH FM 15G from US 81/287to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised July 1, 2011 015813-2 TEMPORARY PROJECTS IG NAG E Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWN ER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 6 A. Design Criteria 7 1. Provide free standing Project Designation Sign in accordance with City's Standard 8 Details for project signs. 9 B. Materials 10 1. Sign 11 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION [NOT USED] 18 3.4 INSTALLATION 19 A. General 20 1. Provide vertical installation at extents of project. 21 2. Relocate sign as needed, upon request of the City. 22 B. Mounting options 23 a. Skids CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised July 1, 2011 I 1 2 3 4 5 6 7 S 9 10 11 12 13 14 3 15 16 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 4 b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.3 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.14 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH FM 156 from US811287to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 101682 Revised July 1, 2011 015813-4 TEMPORARY PROJECTS IGNAGE Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 81/281 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCitV Project No. 101682 Revised July 1, 2011 016000 PRODUCT REQUIREMENTS Page I of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES ]NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product- E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised Marcie 9, 2020 01 6000 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] e PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised March 9, 2020 I 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 i f a I 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 port Worth Standard Specification 1.2 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] 1 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] 27 110 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 FM 156 from -US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 maybe 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 FM 156 from US 8 1128 7 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 a I N 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 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 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oRJ SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH FM 156 from US 8I/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City .Project No. 101682 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Rcvision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 20I I 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1- GENERAL 5 1.1SUMMARY 6 A. Section Includes: 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 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 I 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 CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPYCIFICATION DOCUMENTS City Project No. I0I682 Revised November 22, 2016 017000-2 MOBII.I7.ATION ANT] REMOBTLI7,ATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment, and operating 6 supplies to the Site for the issued Work Order. 7 • b) - Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating I 1 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1, None, 23 C. Related Specification Sections include, but are not necessarily Iimited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 General Requirements 26 1..2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Mobilization and Demobilization 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 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1. LA.2.a.1) 46 2) Remobilization as described in Section L LA.2.a.2) CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECII:ICATION DOCUMENTS City Project No. 101682 Revised November 22, 2016 017000-3 MOBILIZATION AND RF.MOBILI7.ATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) •No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 it Mob.:I:zet: r_aiad 1-1.,9...ob l.r..,+:efis 3 - 11 fiseelia-a atis Pf-eje t 10 a. Me a ffit 11 12 13 b. Paymen 14 1) The Wofk perfoffned and m.,t..,.-:al f„-.,;s1,....1 ; ...-doneewith this iti�iia 15 " will be paid fef a+ the ett 16 pfice pef eaeh " 17 Daeuments. Demobilization shall be considered subsidiEffy to fftohili,��e 18 end shall f)et be paid far- sepaf4ely. I9 e. Thepr-ieeshall : ludo. 20 1) Mobilii�atieiiasdesefibediiiSeetieiii.I.A.3.a.1) 21 22 , or lost pfefits a5seeiated this 23 Item: 24 5. E-meiteney Mobilizations and Demobilizations for Miscellaneous Projeet 26 1) T Nees, fe.,,e t fof this it.,.., shall be fee ., et, Mob.; l;.,.,t;.,ff .,n 27 28 b. Paymen 29 30 and measufev-as pfovided tinder "-`�A-v'1ieasil>'ciient" • •;ll be paid f 4 the , m;+ 31 " in accordance with 32 33 34 1) Mobilization l I_ ) 35 �=��z;xt�e�s sesc�'t �e -I e.ettex�.�.l�. .a� 36 37 d, No payfuents -Axill be made fof standby, idle f4-fte, of lost pfefits asseeiated this 38 Item.. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised November 22, 2016 017000--4 MOBILIZATION AND REMOIIILIZATION Page 4 of 4 1 19 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 s 9 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 FM 156 from US 81 /287 to Watauga [toad Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 Revised November 22, 2016 017123-1 CONSTRUCTION STAKfNG AND SURVEY Page 1 of 8 I I I I SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PA R.T 1 -- 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 I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump stun price bid for "Construction Staking". 20 2) Payment for "Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the Iump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of "cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As -Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sure price bid for "As -Built Survey". CITY OF FORT WORTII FM 156 froin US 81/287 to Watattga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 101682 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 o f 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 l) 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 1.4 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Surve —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 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF PORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 FM 156 from US 8 t/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 1.6 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 e. For sewer brains and water Inains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall. provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater -- Not Applicable C= OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised February 14, 2018 017123-5 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) Water Lines 7 a), Cathodic protection test stations...., 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and Towline 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] 27 112 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, casements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefle (.shp) CITY OF FORT WORM FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.Ift tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or casements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept inclose adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. L Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. LA. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CrrY OF FORT WORTH FM 156 fionn US 81/287 to Watauga Road Water improvements. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised February 14, 2018 I OI 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 A 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 dainage 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 anytime deemed 23 necessary. 24 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 310 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 313 MAINTENANCE [NOT USED] 32 314 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision l,og CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised February 14, 2018 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 19 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 FM 156 from US 81/287 to Watauga (toad Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised February 14, 2013 FORTWORTH@ I A i Section 01 71 23.01-AttachmentA Survey Staking Standards February 2017 I I \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\01 71 23.16.01_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. Forprojects on TXDOT right -of --way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.goy/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 City of Fort Worth Contact Information Construction Colors M. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 1. 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 f The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS "1t."i POTABLE WATER GAS OR OIL YELLOW TELEPHONF/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 Ili. 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 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Surrey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.ggv/i'tsol_ution,s/GiS Lookfor'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 I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked `control point' or similar wording. II. 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 \\kimley-horn\TX_FTW\FTW Utilities\061018227-CFW-FM-156\SPEC\Final�__Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum i 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 i trapsforrpations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePiane Texas_North_Central_FIPS-4202_Feet Projection: Lambert_ Conformal —Conic False Easting: 1968500.00000000 False —Northing: 6561666.66666667 Central_ Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —origin: 31,66666667 Linear Unit: Foot US Geographic Coordinate System: GCS —North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P, N, E,Z,D, N F i 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 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final�_Div01-General Requirements\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 5 of 22 Pile 2: C1234_As--built of Water on Main Street —Project Specific Datum.csv Example Control Stakes \\kimIey-horn\TX_FTW\FTW_UtiIities\061018227-CFW-FM-156\SPEC\Final\__Div01-General Requirements\0171 23.16.01_Attachment A —Survey Staking Standards.docx Page 6 of 22 C) m 0 11 Cr-, V) bi m > 101 C> EL. = 100, 00' rl� Id m M cri CL Li I— __j < it c P #1 N-5000-00 E=5000.00 Lj C) CO U— cr- Of V. Water Staking Standards \\kimley-hor n\TX_FTW\FFW_Utilities\061018227-CFW-FM-156\SPEC\Final\_DivOl-GeneraI Req"irements\Ol 71 23.16.01—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 VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 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 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\ Div 01-General Requirement5\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 < ni U ' II VO/S Wy CY tj . ..... I d 0 z:l IU Ur F= 113 PAW w TA=O +GG f- 3.7�) a Ld oe CO V1. Sanitary Sewer Staking \\kimley-horn\TX_FTW\FTW—Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking —Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking ll. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 40W or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with o 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 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final�_Div01-General Requirements\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 10 of 22 I Example Sanitary Sewer Stakes Nq < STA=Z+7i4 U- M L.L 12 O/S ss �;TA-34,7 IR C-3M T 4 za C3 LJ.. ... .. .. ... ... .. Z Uj !2 <n 4 t6ir Ll (L CL It, X z Q LU IF *m 0 - L ' ....1P.1 .. ....... .. ..... . . ....... .. ... n- fr \\kimley-horn\TX_FTW\FTW—Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Stakin A. Centerline Staking — Straight Line Tangents 1. 1 offset stake every 200' on even stations il. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break 1 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 IL Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets 1. Staking distances should be measured from end of wing H. Standard 10' Inlet=16.00' total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes 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 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT (SIDE FACING BACK (Aar Fl.CIIIC fi m.) POW HF&l Ei.E iAiiM i I HUB %ATH TACK �,I :�I•�,I! li,, it �11� .. � � � I •iraa� I' _ .i A m m 0 n z r i IDENTIFIES ii4-iICH E24D OF THE N% DEI14C STAKED II INLET ST.A110N t �I (IF NUMB LIFT PLANS) INENWIFZ GRADE �. TO TrP OF CURB IDENTIFIES GRADE TO FLOYAJNE I7 BACK {SUE FAUNG R.QW--) F1u#NT g jk HUB ELEVATOR • - FRONT (�3I DE FACING i i 3r (� I[iETlTIr1ES 4A1i0i4 END OF THE YANG HUNG STAKED I�y v. . I i `rl p i I Ih 51ANUAW l0" - lb REC£59ED i 1 - 2d STANDMI) DOUBLE 10' - 26.67 — — — — — — RECESSED DOUBLE 10' - 30-6-f . I I ®ACK EV INLET tW-- I 4- - l pl -- 41, FALE OF INLET + �.. —pUE t F PAVEMENT— MGM DF FAVE)AENT s FACE OF INLET - - EDtE OF PAVEMENT BACK OF CURB —EDGE OF RAVE tNT._.-. -... \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23,16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VII1. Curb and Cutter Staki 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 VII. Stakes at every grade ibreak Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves Ili. 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 \\kimIey-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\FinaI\___Div 01-General Requirements\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING (E) ONFRONT (DnqnpEsEND FR (SID9 FACING POINT -OF T FRONT (SIDE FACING PON f OF WHYATURE (SIDE FACING Pk� A BACK IDEWnRM OFFSEr IS M (SIDE FACING ROM-) BAM OF OUB G OR F/0 FCF? FKE OF M0 clji) LD all PUNT # FIII I IMMAES M6DE la b w roe -or ulirn HUB ELEVKIRGN,o T MM2 ................ .. 4 .. . ... ........ . .... ... ... . . .......... .. .. .. ....... TOP OF CU R13 J BAN OF CURB FACE OF CURB oip FLMNE FIDGE OF PAVEMEN Example Curb & Gutter Stakes at Intersection \\kimley-horn\TX—FTAN\FTW—Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 15 of 22 r R 4 n LL- AWW" F f ' xJ4 y I 12 }} W dw lid m �3 �F \\kimley-horn\TX_FTW\FTW—UtiIities\051018227-CFW-FM-1SG\SPEC\Final\_Div 01-General Requirements\0171 23.15.01_Attachment A_Survey Staking Standards.docx 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: City Project Number: _ Project Name: Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. ❑ TOTAL PT # I STATION I 011-I T DESCRIPTION GRAODE STLEV AKED - CUT I + FILL I \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01 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 Imes 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 Cleoning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\FinaI\_Div 01-General Requirements\01 71 23.16.01_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 FOUNb"'to notify the City. \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 I is \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\01 71 23.16.01 Attachment A —Survey Staking Standards.docx Page 20 of 22 sP ir1#E� > c AW,LY Wf@N A$ srw.u�rm Mft {FACR A A sra cam —Ewa eFA o ALIME * 5AWRE Ell T, ffWA €R car€ VA&Z a r.rx r rr rwsru� r osc sA"e Ax' /F _ J 9 pArx alp_ t Y j7 �rA �isr�.e.�aAL to wreev Fsf58p3A IrM. fN7r F k-,VU. Rim -S Vc N hfS J ^�iC WL •-.. rf�J VlY r.�°ilClil � Ez�1- AWI (i h 7riidv..R 7=V rha.� MrAW kw4YVMrll AA59 R; 10 PROMs-SANITAREO SEE SHE \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div01-General Requirements\0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 21 of 22 \\kim L 23.16.01—Attachment A—SurveV Staking Standards.docx Page 22 of 23 71 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257,189 2296079.155 72&09 SSMH RIM 2 6946260,893 2296062.141, 725,668 GV RIM 3 6946307-399 2296038.3.06 726-85 GV RI6ii- 4 6946720,582 2296011,025 723.358 SShAH RIM 5 6946195.23 2296015.116 722,123 GV RIM 6 694,5190.528 2296022.721 722.325 F11 7 6946136.012 2295992-115 719.449 WIVI RIM ` 8 6946002.267 22959.19.133 713,331 WM RIM 9 6946003.Q56 2295933A18 71,3-652 Co REM 10 6945984,677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 Wry RIM 12 6945895,077 229586Q,962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709,467 WM RIM 15 6945936.727 2295830.441 710,084 CO RIM \ k . G' 1 4` • f 16 6945835,678 2295799.707 7€17.774 SWH RIM F 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 sSMH RIM 1J 4 JS. 19 6945-168.563 2295778.424 710.086 GV RIM 20 6945743,318 2295788,392 710,631 GV RIM 21 6945723,219 2295754.394 712,849 GV RIM 22 6945682-21 2295744-22 716-696 WM RIM f * 23 6945621.902 229S569.471 723.76 WM RIM 24 6945643A07 2295736,03 719,737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.49A 2295667-903 729.123 WM RIM IT> 27 6945519.834 2295619,49 732.689 WM RIM ^ 4 4'0 {- 28 6945417.979 2295590,27 740.521 WM RIM 29 6945456.557 ' 2295643.145 736.451 CO RIM 30 6945387-356 2395597.101 740.'756GVRIM 31 6945370.688 2295606,793 740,976 GV RIM 32 6945383,53 2295610,559 740,409 FM 33 6945321.228 2295551,165 746.34 WM MM 34 6945319-365 2295539.728 746.777 CO RIM 35 6945242.299 2295570.715 748.4.54 WM RIM 36 6945233,624 2295544,626 749,59 SSMH RIM 37 6945206.493 2295529,305 751.058 WM RIM 38 69455142..015 229555.7,666 750,853 WM RIM 39 6945113.445 2295520.335 751.971 WM RIM _ 40 6945049.02 2295527.345 752,257 SSMH RIM 41 6945041.024 2295552.675 751.79 X'VM RIM 42 6945038.878 2295S52.147 751.88 WM RIM 43 594500E.3W 2295518.135 752.615 WM RIM 44 6944944-782 2295524.63E 752.841 Who RIM 45 6944943.432 2295556,479 752.156 WM RIM � 46 694486D.A16 2295534.397 - 752.986 SSMH RIM :4 \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPFC\Final\_Div 01--General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 25 f C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different f format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. i I \\kimley-horn\TX_FTW\FTW_Utilities\061018227-CFW-FM-156\SPEC\Final\_Div 01-General Requirements\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 25 of 26 p3 M E E w� a �= 3 C n i 9 y i _ $1 lay I 4 — 5 � .i ii t�3 '�i 4 �• a ��� \\kimiey-horn\TX_FTW\FTW—Utilities\061018227-CFW-FM-156\SPEC\Final�_Div 01-General Requirements\01 71 23.16,01—Attachment A —Survey Staking Standards.docx Page 26 of 26 I I I 017423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Port Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division. 1 -- General Requirements 13 3. Section 32 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 FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONS`1IZUCrION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 017423-2 CLP.ANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED loR] 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] 23 310 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 WORTII FM 156 froin US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I n 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at ihe,expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. I`Iaul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. CIean ducts, blowers and coils if units were operated without filters during 3I construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may binder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 017423-4 CLEANING) Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 froin US 811287 to Watauga Road Water Improvcrnents S'rANDA1W CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 77 19 - 1 CLOSEOUT RF_QUIRF,MF.NTS Page I of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORT13 FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July I, 2011 I 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 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 3.3 PREPARATION [NOT USED] 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 7423. 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 partievllars 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 D. Notice of Project Completion CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 Revised July 1, 2011 I I 9 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with. the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) I 1 f Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR I RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD lox] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 0 29 Revision Log DATE NAME SLINEYL RY OF CHANGE CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 1 017823- 1 OPERATION AND MAINTENANCE DATA Page I of5 r i 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1-- GENERAL r I 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 Port 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. t 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 F 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals sbalI 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 % inches x 1 I inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2} Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND I I 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 I7 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 infonnation 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 FM 156 from US 9 V287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 017823--3 OPERATION AND MAINTENANCE DATA Page 3 of I 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water IinprovemeNs STANDARD CONSTRUCTION SPECIFICATION DOCIIMENrS City Project No. 101682 Revised December 20, 2012 01 7823 -4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, Manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 1.5 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 -3) Special operating instructions 19 c. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be Iaintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED) 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA. Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING f NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.I —title of section removed CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 I j 017839-1 PROJECT RECORD DOCUMENTS Page. 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PAR I - 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 1 i 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 Forins 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 L6 ACTION SUBMITTALSIINFORMATIONAL 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 WORTI3 FM 156 from US 811287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 01 7939-2 PROJECT RECORD DOCUMENTS Page 2 o f 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. 1lnmediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH FM IS6 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 101682 Revised July 1, 2011 017839-3 PROJECT RECORD DOCIMENTS 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 detennined 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 detennined 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 FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 141682 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 017939-4 PROJECT RECORD DOCUiv1ENTS 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 I+IELD loR] 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 SNOT USED] 3.14 ATTACIIMENTS [NOT USED] END OF SECTION Rcvision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvcmenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I I 033000-1 CAST -IN -PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST -IN -PLACE CONCRETE 3 PART 1 - GENERAL, 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, 7 mixture design, placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 e. Slabs -on -grade 11 d. Foundation walls 12 e. Retaining walls (non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast -in -place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Modified 2.2-P-2-a 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast -in -Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast -furnace slag CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 033000-2 CAST -IN PLACE CONCRETE Page 2 of 25 5) Silica fame b. Subject to compliance with the requirements of this specification B. 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. American Association of State Highway and Transportation (AASHTO): a. M 182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACT 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4, American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. 5. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1, C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. m. C171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improveruents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101692 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 033000-3 CAST-IN--PI.ACF CONCRETE Page 3 of25 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy4esin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Ilydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH FM I56 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-F4 CAST -IN -PLACE CONCRETE Page 4 of 25 I 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B, All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions, weather, test results or other circumstances warrant adjustments. I4 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready -mixed concrete products and that eom- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH FM 150 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised Decemher 20, 2012 i 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 13. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists, the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements, products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form -Facing Materials 23 1. Rough -Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. %-inch x %-inch, minimum 29 3. Rustication Strips 30 a. Wood, metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form -Release Agent 33 a. Commercially formulated form -release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form -facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-6 CAST TN-PI�ACF CONCRETE: Page 6 of 25 1 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will Leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water -barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60, deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars (smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 25 Class 2 stainless -steel bar supports. 26 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 36 b. Kwik Bolt I1, Hilti Fastening Systems, Tulsa, Oklahoma 37 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout -filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WOR11-I FM 156 from US 811287 to Watauga Road Water Ir provemeots STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 101682 Revised December 20, 2012 033000-7 CAST -IN -PLACE CONCRETE Page 7 o f 25 I b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic -Tie 7 c. Powers Fasteners AC 100+ Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. is 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 1/4-inch bolt size, unless otherwise indicated. 23 1. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150, Type I/Il, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast -Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal -Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse -Aggregate Size 40 a) %-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 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 4t 42 43 44 45 46 033000-8 CAST -IN -PLACE CONCRETE. Page 8 of 25 1. Air -Entraining Admixture a. ASTM. C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in'harderied concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C1017, "Type II K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volelay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRi; Mirastop L. Curing Materials 1. Absorptive Cover a. AASI-ITQ MI92, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C 171, polyethylene film or white burlap-polyettrytene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydra International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin. Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Tinprovemcnis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 I (13 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 I 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The); Kurez DR VOX 5 7) Kaufman Products, Inc.; Thinfilm 420 6 8) Lambert Corporation; Aqua Kure -Clear 7 9) L&M Construction Chemicals, Inc.; L&M Cure R 8 10) Meadows, W. R., Inc.; 1 100 Clear 9 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 10 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries, Inc.; Horneure WB 30 12 14) Unitex; Hydro Cure 309 13 15) US Mix Products Company; US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C891, 2-component epoxy resin, capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements, and as :follows: 23 1) Types I and 11, non -load bearing 24 2) IV and V, load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 32 tubes or wood 33 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain forrnwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement -based, polymer -modified, self -leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-1.0 CAST -IN -PLACE. CONCRETE I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 10 o€25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1 /8 to 1 /4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C2t9 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate l) Well -graded, washed gravel, 1 /8 to 1 /4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM. C109 O. Concrete Mixtures, General 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to AC1301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRICTION SPECIFICATION DOCLTMFNTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast -Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 6 cent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash., Pozzolans, and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride -ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water -reducing high -range water -reducing or plasticizing admixture in 25 concrete, as required, for placement and workability. 26 d. Use water -reducing and retarding admixture when required by high 27 temperatures, low .humidity or other adverse placement conditions. 28 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 29 industrial slabs and parking structure slabs, concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges" for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal -weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 3,00&4, 000 psi at 28 days 40 b. Maximum Water-Comentitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high -range water -reducing admixture or plasticizing 43 admixture, plus or minus I inch 44 d. Air Content: 6 percent, phis or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITE' OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUME NTS City Project No. 101682 Rcvised December 20, 2012 033000-12 CAST -IN -PLACE CONCRETE Page 12 of25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS,D1.,1,... 6 2. Metal assemblies exposed to'caLAh, weather or moisture shall be hot dip galvanized. 7 AlI other metal assemblies shall be either hot dip galvanized or painted with an S epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 e. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED.] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 38 support vertical, lateral, static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-13 CAST-IN-PI.ACF CONCRETE Page 13 of25 1 2. Construct formwork so concrete members and structures are of size, shape, 2 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 3 a. Vertical alignment 4 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 5 2) Outside corner of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height - 1/2 inch. - - - 7 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height - l /2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members -I inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs - 1/2 inch. 16 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 17 c. Level alignment 18 l) Elevation of slabs -on -grade - 3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 22 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less -plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension - plus I inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers - 1/8 inch. 30 b) Difference in width between adjacent treads - 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs - 3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs - 3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less - 1/8 inch. 37 b) Specified width between 2 inches and 12 inches - 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 40 4) All other conditions - 3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth -formed finished surfaces. 44 b. Class C, I/2 inch for rough -formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH FM 156 from US 8 l /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical, 5 a. Install keyways, reglets, recesses, and the like, for easy removal. 6 b. Do not use rust -stained steel form -facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike -off templates or compacting -type screeds. 1.0 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps, walls, and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 28 leaks and maintain proper alignment. 29 14, Coat contact surfaces of forms with form -release agent, according to manu.facturer's 30 written instructions, -before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast -in -place concrete. Use 39 setting drawings, templates, diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located, to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 118 inch 44 2) Location of bolt group (center): %Z inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH FM 156 from US 8I/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: + 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through -wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms ' ... ` " ' ` ' ' " ' " . . 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form -removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits, joists, slabs, and other structural elements I5 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimuin cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. trumediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high -early 31 strength cement or forming systems which allow forin removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 £ Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 li. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF PORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pa ojecl No. 101682 Revised December 20, 2012 033000-16 CAST -IN -PLACE. CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 2 delaminated, or otherwise damaged form -facing material will not be acceptable for 3 exposed surfaces. Apply new form -release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless, approved by Fngineer., 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACT 318 and ACT 301 for design, installation, and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRST's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less: ±3/8 inch 31 2) Members more than 8 inches deep: t1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces: +3/8 inches for members 8 33 inches deep or less; ±1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: I inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 17 CAST -ICI -PLACE CONCRETE Page 17 of25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive held welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement It across construction joints, unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 1.3 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam -girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel Iength to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete, verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITE' OF FORT WORTII FM 156 from US 81/287 to Watauga Road water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-I8 CAST -IN -PLACE CONCRETE Page 18 of25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of.ACI 301. 5 a. Do not add water to concrete after adding high -range water -reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture (superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints, until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301, CITY OF FORT WORTH FM 156 from US 8 1128 7 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot -Weather Placement: Comply with ACI 305_1 and .as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. I I b. Fog -spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 .l_ Finishing Formed Surfaces 15 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed -surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2, Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 I. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 27 specified, to blend with in -place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Nonmal weight concrete (3000 psi), reinforced with 37 Op16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs ("Mud slabs"): Nonrlal weight concrete (2500 psi minimum) with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 45 ACT 305.1 for hot -weather protection during curing. CITY OF FORT WORTH FM 156 froxn US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeet No. 101682 Revised December 20, 2012 033000--20 CAST -IN -PLACE CONCRETE Page 20 of 25 1 2, 1io17ned Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. if removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curwi g immediately after finishing concrete. Cure 6 unformed surfaces, including floors and`slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water -fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width, with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 RFPM. R 34 A. Concrete Surface Repairs 35 1, Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. l6 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 43 projections on the surface, and stains and other discoloration that cannot be 44 removed by cleaning. CITY OF FORT WORTH FM 156 from US 8 t/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No- 101682 Revised December 20, 20 J.2 033000-21 CAST -IN -PLACE CONCRETE Page 2 t of 25 1 a, immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush -coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form -tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. ' Repair defects on surfaces exposed to view by blending valiite portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 19 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width, and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 41 adhesive and patching mortar, 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 22 CAST -IN -PLACE CONCRFTF. Page 22 of 25 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forams from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than I test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive -Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field -cured cylinders is less than 85 percent of companion 36 laboratory -cured cylinders, evaluate operations and provide collective procedures 37 for protecting and curing in -place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive -strength tests equals or exceeds specified compressive 40 strength and no compressive -strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH FM 156 from US 8 U28 7 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive -strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7- and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall snake additional tests of 8 concrete when test results indicate that slurnp, air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests, falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as :required to 16 obtain the required strength. If the average strength of the Iaboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACT 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 2I b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing, or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12, Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of + 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor, from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 e. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 033000-24 CAST -IN -PLACE. CONCRETE Page 24 of 2.5 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any I test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E 1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values (FL) do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface, with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab -on -Grade Construction: ::L 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: t 3/4 inch 30 3) Top surfaces of all other slabs: + 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project NG. 101682 Revised December 20, 2012 a 03 30 00 - 25 CAST-JN-PLACE. CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. i ! 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 313 MAINTENANCE [NOT USED] 8 314 ATTACHMENTS [NOT USED] 3 9 END OF SECTION 10 I Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 Changed 75%to 70% CITY OF FORT WORTH FM 156 from US 8 J /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 20I2 I I A 330400-1 IMPRESSED CURRENT CATHODIC PROTFCTTON Page I of 14 I SECTION 33 04 00 2 IMPRESSED CURRENT CATHODIC PROTECTION 3 PART 1- GENERAL 11l_11t _ 6 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete steel cylinder pipes, 7 carbon steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a. Materials and installation 10 b. Post -installation survey 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Divisionl — General Requirements 18 3. Section 33 05 26 —Utility Markers/Locators 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measure 22 a. Measurement for this Item shall be by lump sum. 23 2. Payment: 24 a. The work performed and materials furnished in accordance with this Item shall 25 be paid for at the lump sum price bid for "Cathodic Protection" for each 26 material of utility pipe bid. 27 3. The price bid shall include: 28 a. Mobilization 29 b. Rectifier with enclosure and foundation 30 c_ Deep well anode beds 31 d. Anode test stations 32 e. Excavation 33 f Furnishing, placement, and compaction of backfill 34 g. Field welding 35 h. Connections 36 i. Adjustments 37 j . Testing 38 k. Clean-up 39 1. Start-up/Commissioning 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms CITY OF FORT ORTII FM 156 LTS81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-2 IMPRESSED CURRENT CATHODIC PROTECTION Page 2 of 14 1 1. AWG: American Wire Gauge 2 2. CSE: Copper/Copper Sulfate Reference Electrode 3 3. HMWPE: High Molecular Weight Polyethylene 4 B. Definitions 5 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 6 2. Cable/Wire: One conductor or multiple conductors insulated froifi one another. 7 3. Cathode: The electrode of an electrochemical cell at which reduction is the 8 principal reaction. 9 4. Cathodic Polarization: The change of electrode potential in the negative direction 10 caused by direct current (DC) flow across the electrode/electrolyte interface. 11 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 12 making that surface the cathode of an electrochemical cell. 13 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction 14 with its environment. 15 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of 16 Texas, employed by a Corrosion Engineering Firm. 17 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 18 design on behalf of the Contractor. 19 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 20 System, 21 10. Current: Flow of electric charge. 22 11. Electrode: A conductor used to establish contact with an electrolyte and through 23 which current is transferred to or from an electrolyte. 24 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 25 (i.e., soil or water). 26 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 27 under Cathodic Protection. 28 14, Galvanic Anode: A metal that provides sacrificial protection to another metal that is 29 less active (more noble) when electrically coupled in an electrolyte. 30 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 31 current. 32 16, Pipe -to -Electrolyte Potential: The potential difference between the pipe and the 33 electrolyte that is measured with reference to an electrode in contact with the 34 electrolyte. 35 17. Polarized Potential: The potential across the structure/electrolyte interface that is 36 the sum of the free corrosion potential and the cathodic polarization 37 18. Rectifier: Converts incoming AC power to DC current and voltage output for deep 38 well anode beds 39 19. Reference Electrode: An electrode whose open -circuit potential is constant under 40 similar conditions of measurement and is used to measure the relative potentials of 41 other electrodes 42 20. Stray Current: Current flow through paths other than the intended circuit. 43 21. Voltage: Electromotive force or difference in electrode potential expressed in volts. 44 C. Reference Standards CITY OF FORT WORTH FM 156 USS1/287 to Watauga Road Water huprovements STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS City Projects No. 101682 a i I 330400-3 IMPRESSED CURRENT CATHODIC PROTECTION Page 3 of 14 1 1. NACE International {MACE}. 2 1.4 SUBMITTALS 3 A. Submittals shall be in accordance with Section 01 33 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Submit product data for all components of the Cathodic Protection System. Data 8 submitted shall include: 9 a. Anodes 10 b. Anode Test Stations 11 c. Rectifier with enclosure I2 d. Wiring 13 e. Splicing Materials 14 f_ Thermite Weld Materials 15 g. Weld Coatings 16 1.6 CLOSEOUT SUBMITTALS 17 A. The results of al l testing procedures shall be submitted to the Engineer or the City for 18 review and approval. Testing information required includes: 19 1. Native pipe to soil potentials prior to CP system commissioning 20 2. Anode ground bed current outputs 21 3. Pipe -to -soil potentials 22 4. Results of interference testing 23 5. Results of electrical isolation joint tests 24 6. Operating and maintenance instructions 25 B. Results of all testing arc to be submitted to Owner for inclusion in the O&M manual. 26 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 27 discovered during the post installation inspection. 28 1.7 QUALITY ASSURANCE 29 A. Qualifications 30 1. Cathodic Protection installer shall show adequate documented experience in the 31 type of Cathodic Protection work required for the project. 32 B. Certifications 33 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 34 reports that indicate that anodes meet Specifications and that all tests have been 35 performed in accordance with the applicable standards. 36 1.8 DELIVERY, STORAGE, AND HANDLING 37 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 38 B. Storage and Handling Requirements 39 1. Secure and maintain a location to store the material in accordance with Section 01 40 6600. CITY OF PORT WORTH FM 156 US81/287 to Watauga [toad Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-4 fMPRESSED CURRENT CATCIODIC PROTECTION Page 4 of 14 1 C. Packaging Waste Management 2 1. Dispose of anode and thermite weld material packaging properly and remove from 3 the job site after installation is complete. 5 2.1 MATERIALS 6 2.2 GENERAL 7 A. All materials installed must be new. All equipment and materials supplied shall be 8 similar to that which has been in satisfactory set -vice for at least 5 years. 9 B. All materials in contact with. potable water shall be NSF 61 approved. 10 2.3 RECTIFIERS 11 A. Rectifiers shall be air-cooled, single-phase, 115/230 volt with output as defined in 12 the project drawings. Rectifiers shall be manufactured by Universal Rectifiers, 13 Corrpro, JA Electronics, or an approved equivalent. 14 B. Rectifiers shall be designed to operate continuously at an ambient temperature of 15 50°C without damage to the rectifier components. 16 C. Transformer: Two -winding, insulating type that meets the requirements of NENIA 17 and UL 506. 18 D. Rectifiers shall be capable of operating continuously at the rated output current at 19 any voltage from zero to 100% without damaging any rectifier components. Full- 20 rated DC output voltage shall be adjustable by not less than 25 equal steps from 21 approximately 4% of rated voltage to full rated output voltage. This adjustment 22 shall be accomplished with silver-plated or stainless -steel connectors and 23 adjustment link bars. 24 E. Rectifying element shall be a full -wave bridge, silicon diode stack with efficiency 25 filter, metal oxide thyristors, and current -limiting devices for overvoltage and 26 overcurrent protection of stack. Silicon stacks shall be equipped with silicon diodes 27 rated at a minimum of 1,000 peak inverse volts. 28 F. All rectifiers shall have overload and lightning protection for both AC and DC 29 circuits. 30 G. A voltmeter and ammeter shall be provided. Voltmeter and ammeter shall be 31 calibrated and adjusted at the factory. 32 H. Electrical tests shall be performed by the manufacturer and recorded as listed 33 below: 34 1. AC Volts Input 35 2. DC Amperes Input 36 3. Apparent Watts Input CITY OF FORT WORTH FM 156 USS 1/287 to Watauga Read Water hiiprovemeats STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101692 330400-5 IMPRESSED CURRENT CATTIODIC PROTECTION Page 5 of 14 I 4. True Watts Input 2 5. Power Factor 3 6. DC Volts Output 4 7. DC Amperes Output 5 8. DC Watts Output 6 9. Conversion Efficiency 7 10. Dielectric Strength 8 11. Transformer Primary to Ground 9 12. Transformer Secondary to Ground 10 13. Transformer Primary to Secondary 11 14. Stack AC to Ground 12 15, Stack DC to Ground 13 16. Ripple Voltage at Full Output ' 14 15 I. The following shall be provided for each rectifier. Each item shall be provided in a 16 waterproof bag or container. 17 1. Operations and Maintenance Manual 18 2. Circuit Diagram { 19 3. Electrical Test Report 20 2.4 RECTIFIER CABINETS 21 A. Rectifier cabinets shall be NEMA 250 Type 3R and sized as shown on the 22 Drawings. 23 B. Rectifier cabinets shall be made of steel that is either shop coated with a baked 24 enamel finish, galvanized per ASTM A123, or pre -galvanized sheet finished with a 25 powder coat. r 26 C. Rectifier cabinets shall have a single door with a full-length hinge and a lockable 27 latch. Hinge, latch, and other miscellaneous metallic components on the cabinet 28 shall be 316 stainless steel. 29 D. Rectifier cabinets shall have sufficient venting provided for air cooled rectifiers. 30 E. Rectifiers shall be equipped with permanent identification tags affixed to the 31 outside front door. The identification tag shall have white engraving for 32 identification of the rectifier. Minimum height of lettering shall be 3/4 inch. The 33 tags shall have the following legend: 34 CITY OF FORT WORTH 35 36 CATHODIC PROTECTION RECTIFIER 37 2.5 JUNCTION BOXES 38 A. Junction boxes shall be NEMA 250 Type 3R enclosure and sized as shown on the 39 Drawings. 40 B. Junction boxes shall be made of 316 stainless steel CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-6 1MPRFSSFD CURRENT CATHODIC PROTECTION Page 6 of 14 1 C. Junction boxes shall have a single door with a full-length hinge and a lockable 2 latch. Hinge, latch, and other miscellaneous metallic components on the cabinet 3 shall be 316 stainless steel. 4 D. Junction boxes shall be equipped with permanent identification tags affixed to the 5 outside front door. The identification tag shall have white engraving for 6 identification of the junction box. Minimum height of lettering shall be 3/4 inch. 7 The tags shall have the following legend: 8 CITY OF FORT WORTH 9 10 CATHODIC PROTECTION JUNCTION BOX 11 2.6 HIGH -SILICON CAST IRON (HSCI) ANODES 12 A. HSCI anodes shall meet the requirements of ASTM A518 Grade 3. Anodes shall be 13 manufactured by Anotec, Corlpro, or equivalent. 14 B. HSCI anodes shall be tubular type anodes with centered wire connection. Anodes 15 shall have the following size, form, and shape. Anode Type Length (inch) Diameter inch Weight lb Surface Area (W) 2684Z or TA3 84 2 to 2.7 63 to 70 4.9 16 17 C. Anode lead wire: 18 1. The wire attached to the anodes shall be of the size and type indicated on the 19 Drawings. The anode lead wire shall conform to the specifications given for 20 "Wires" in this specification. 21 2. The wire shall be connected to the interior of the anode and sealed by the 22 manufacturer. The anode wire connection shall have a pulling strength 23 exceeding the wire's tensile strength. Any damage to the wire insulation or 24 anode shall require complete replacement of the wire and anode. 25 3. Anode lead wires shall be of one continuous length, without splices, unless 26 otherwise indicated on the Drawings, from the anode connection to the anode 27 terminal board. Anode wires with the attached anodes shall be shipped to the 28 job site with the wire wound on a reel. The minimum core diameter of the reel 29 shall be 5 1/2 inches. The anode wire insulation shall be free of surface 30 damages such as nicks, abrasions, scratches, etc., in all respects throughout 31 the entire length of the wire. Precautions shall be taken during fabrication, 32 transportation, and installation of the anodes to see that the wire is not kinked 33 or sharply bent. Bends sharper than 2 1/2 inches in radius are not permissible. 34 D. The resistance of each anode wire connection shall not exceed 0.004 ohms. Each 35 anode wire connection should be tested by the manufacturer for conformance with 36 these Specifications. A record of tests shall be submitted to the ENGINEER. The 37 records shall include a minimum of three copies of the following information: CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPFCFFICA'I'ION DOCUMENTS City Projects No. 101682 330400-7 IMPRESSED CURRENT CATHODIC PROTECTION Pagc 7 of 14 1 1. Anode numbering system to identify anode under test 2 2. Anode wire length 3 3. Resistance value, as indicated by test 4 4. Test equipment 5 5. Test method 6 E. Anodes shall be individually labeled witli, the length of lead. wire and anode 7 number. Anodes shall be consecutively numbered with the deepest anode being 8 Number 1. 9 2.7 CALCINED COKE BREEZE 10 A. Backfill material for impressed current anodes shall be calcined coke breeze. i 1 B. Calcined coke breeze shall have a resistivity of 25 ohm -cm or less when tested with 12 an applied pressure of 2 psi and a bulk density of 64 to 74 pounds per cubic foot. 13 The particle size shall be between 200 mesh and 18 mesh and shall be dust free. 14 The minimum calcination temperature of base materials shall be 1250 'C. 15 C. Calcined coke breeze shall have the following chemical properties: 16 1. Fixed carbon 98% minimum 17 2. Ash 0.6% maximum 18 3. Volatile matter 1.0% maximum 19 4. Moisture 1.0% maximum 20 D. Calcined coke breeze shall be Loresco SC-3, Asbury 251, or approved equivalent 21 when installed by pumping down the hole. If installed via the freefall method, 22 calcined coke breeze shall be Loresco RS-3, Ashbury 218-L, or equivalent. 23 2.8 ANODE VENT PIPING 24 A. Anode vent piping for the impressed current anode vent piping shall be 2-inch 25 diameter PVC, Schedule 80, conforming to ASTM D1785 Type 1 Grade 1. 26 B. Slots and perforations shall be provided in the immediate vicinity of the anodes and 27 throughout the coke breeze and sized such that coke breeze does not enter vent 28 pipe. The vent pipe shall be capped at both ends during the backfilling operation to 29 mitigate infiltration of backfill material or mud. 30 C. Above ground portions of anode vent piping shall be rated for sunlight resistance. 31 D. Above ground outlet for vent piping shall have a vent screen with an orientation 32 preventing rainfall accumulation and bug intrusion. CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water bnprovemews STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-8 IMPRESSED CURRENT CATHODIC PROTECTION Page 8 of 14 1 2.9 ANODE CENTRALIZERS 2 A. Centering devices shall be designed and fabricated by the CONTRACTOR or 3 Supplier and shall be submitted to the ENGINEER for acceptance prior to use. The 4 device shall be constructed of metal. 5 2.10 READY -MIXED CONCRETE 6 A. Ready -mixed concrete shall be in accordance with ASTM C94, permit 7 requirements, and the Specification section for cast -in -place concrete. 8 2.11 REINFORCING STEEL 9 A. Reinforcing steel shall be in accordance with ASTM A615, permit requirements, 10 and the Specification section for reinforcing steel. 11 2.12 SHUNTS 12 A. Shunts shall be selected by the size indicated on the Drawings. 13 B. 0.01-ohm, 6-amp shunts shall be manganin wire type, as indicated. Shunts shall be 14 Type RS, as manufactured by Holloway, or equivalent. 15 C. 0.01-ohm, 8-amp shunts shall have manganin wire per ASTM B267, CI.Vi, as 16 manufactured by Cott Manufacturing Company, or equivalent. 17 D. 0.001-ohm, 25-amp shunts shall be Type SS, as manufactured by Holloway, or 18 equivalent. 19 2.13 WIRES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Conductors shall consist of stranded copper of the gauge indicated on the Drawings. Wire sizes shall be based on American Wire Gauge (AWG). Copper wire shall be in conformance with ASTM B3 and ASTM B8. B. Insulation Type and Colors: As shown on the Drawings. 1. High molecular weight polyethylene (HMWPE) wires shall be rated for 600 volts and shall conform to ASTM D1248, Type 1, Class C, Grade 5. 2. Halar/HMWPE wires (CP wire) shall be rated for 600 volts and have dual insulation. The primary layer of insulation shall be a homogeneous 20 mil wall of ECTFE fluoropolymer (Halar), and the jacket shall be a 65-mil wall of HMWPE conforming to ASTM D1248, Type 1, Class C, Grade 5. Halar/HMWPE wire shall be UL listed as Cathodic Protection Wire. C. Thermite Weld Equipment 1. Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS City Projects No. 101682 I A i 0 330400-9 IMPRESSED CURRENT CATHODIC PROTZ;CTION Pagc 9 of 14 1 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries 2 Thelmoweld. 3 2. Weld Coating 4 a. Coat weld with Stopaq CZ tape or approved equal. 5 D. Marker Sign 6 1. Provide marker sign in accordance with Section 33 05 26. 7 E. Conduit and Fittings 8 1. The minimum conduit size shall be 1-inch unless otherwise indicated. Refer to 9 NFPA 70 (NEC) for additional conduit size requirements. 10 2. Conduit and fittings placed below grade shall be Schedule 40 PVC in accordance 11 with NEMA TC2 and NEMA TC3. 12 F. Caution Tape 13 1. The caution tape shall be an inert plastic film designed for prolonged underground 14 use. The caution tape shall be a minimum of 3-inches wide and a minimum of 4- 15 mils thick. 16 2. The caution tape shall be continuously printed over the entire length with the 17 wording "CAUTION: CATHODIC PROTECTION CABLE BURRIED BELOW." 18 3. The wording shall be printed using bold black letters. The color of the tape shall be 19 yellow. 20 G. Wire Identification Tags 21 1. Wire identification tags shall be the wrap -around type with a high resistance to oils, 22 solvents, and mild acids. Wrap -around markers shall fully encircle the wire with 23 imprinted alpha -numeric characters for pipe identification. The letters and numbers 24 height shall be 3116-inch at minimum. 26 3.1 INSTALLATION 27 3.2 RECTIFIER 28 A. Approximate rectifier locations are shown on the Drawings. The CONTRACTOR 29 may propose an alternative rectifier location to the CITY OF FORT WORTH for 30 review and approval. 31 B. Rectifier installation includes provision of AC power to the rectifier by the 32 CONTRACTOR. CONTRACTOR shall furnish and install all required wiring, 33 conduits, wires, meters, splice boxes, and equipment necessary for operation of the 34 rectifier and as required by the local power agency. CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water finprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-10 IMPRESSED CURRENT CATHODIC PROTECTION .Page- 10 of 14 1 C. The reinforced concrete pad shall be constructed such that water will not collect 2 against the rectifier cabinet. The concrete pad shall extend a minimum of 2 inches 3 above grade which should be higher than the 100-year flood plain. The finished 4 grade shall be sloped away from the concrete pad to direct drainage water away 5 from the rectifier cabinet. The vent pipe riser and conduits into the enclosure shall 6 be cast into the concrete pad. After the concrete is set, the enclosure shall be 7 securely anchored to the pad with expanding anchor bolts. Use leveling nuts below 8 the 66inet flange to create space for the grout seal. Apply the non -shrink grout as 9 shown on the Drawings. 10 3.3 DEEP ANODE WELL 11 A. Impressed current anode beds shall be installed in accordance with NACE SP0572 12 and local well standards, and these Specifications. 13 B. Well Drilling 14 1. The CONTRACTOR shall obtain and pay for all fees and permits required for 15 well drilling. CONTRACTOR shall log the well in accordance with local and 16 state agency requirements. 17 2. The CONTRACTOR shall protect the well bore from the intrusion of 18 contaminants into the hole at all times. The CONTRACTOR is responsible 19 for the cost of all cleanup associated with contamination of the well and/or job 20 site resulting from the CONTRACTOR's WORK. 21 3. Fresh water shall be circulated from the bottom of the hole to clear the well of 22 drilling mud and cuttings after the well is drilled. 23 4. Loading of anodes and other equipment in the well shall be done in the 24 presence of the ENGINEER. At minimum, 48-hour notice shall be given by 25 the CONTRACTOR to the ENGINEER prior to loading anodes. Loading of 26 the anodes into the well shall begin early enough in the day to ensure 27 completion of all loading, including backfitling, during regular working 28 hours. 29 5. The well shall be covered with a steel trench plate or other heavy device that 30 blocks access and cannot be removed by hand whenever the well is left 31 unattended. 32 C. Well Casing 33 1. The CONTRACTOR may elect to install the well with or without a casing. In 34 the event that the well collapses for any reason, including the elimination of 35 the casing, the well shall be relocated, re -drilled, and the original hole 36 abandoned at the CONTRACTOR's expense. Only a metallic casing may be 37 used in the coke breeze column. 38 D. Vent Pipe CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water Luprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-11 IMPRESSED CURRENT CATHODIC PROTECTION Page 1.1 of 14 1 1. The bottom of the vent pipe shall be securely capped with a PVC cap solvent- 2 welded to the vent pipe. 3 2. The vent pipe shall be installed along with the first anode placed in the .bole 4 by attaching it to one of the centralizer straps with a stainless steel clamp. The 5 vent pipe shall not be attached to the anode itself. Obtain the ENGINEER's 6 acceptance of the attach x eent.before .the vent pipe is lowered,into the hole. 7 - Sections of vent pipe shall be joined to one another as the first anode, with the 8 vent pipe attached, is lowered into the hole. Joints shall be solvent -welded. 9 3. The top of the vent pipe shall be temporarily sealed during the coke breeze 10 Ioading process. Any foreign material entering the vent pipe shall be removed. 11 E. Anodes 12 1. Loading of anodes and other equipment in the well shall be done in the 13 presence of the ENGINEER. A minimum of 48 hours' notice shall be given 14 prior to loading anodes. Loading of the anodes into the well shall begin early 15 enough in the day to ensure completion of all loading, including backfilling, 16 during regular working hours. Loading shall not be commenced later than 17 1:00 p.m. unless the CONTRACTOR has obtained prior written acceptance 18 from the ENGINEER. 19 2. The ENGINEER shall visually inspect the insulation on the anode .lead wire 20 for abrasion or other damage to the insulation and wire before and as the 21 anode is lowered into place. Anodes with damaged insulation or wire are not 22 acceptable and shall not be installed. Splices are not allowed on the anode 23 wire. 24 3. Attach the centering devices to the anodes before lowering them in the well. 25 All sharp edges on the centering device assembly shall be taped with vinyl 26 electrical tape to preclude damaging any wires while lowering anodes into 27 place. 28 4. The terminal end of the anode wires shall be identified with permanent wire 29 markers. 30 5. Anode No. I shall be lowered into the well supported by the attached lead 31 wire. The CONTRACTOR shall fabricate an apparatus that allows the anodes 32 to be lowered by the lead wire but does not bend the wire into a radius less 33 than 2.5 inches. The vent pipe shall be secured to the centering device on 34 Anode No. 1, not the anode itself, and lowered alongside Anode No. 1. A soil 35 resistance meter, furnished and operated by the ENGINEER, shall be 36 connected between the anode lead wire for Anode No. I and the pipeline 37 drain wire. The drain wire should be installed and be accessible to the 38 ENGINEER during the time of testing. The CONTRACTOR shall stop 39 lowering the anode at 10-foot intervals to tape the anode lead wire to the vent 40 pipe and to allow the ENGINEER to measure the resistance profile of the 41 anode well. This shall continue to the bottom of the bole and the vent pipe 42 shall be secured in place. CITY OF FORT WORTH FM 156 US8I1287 to Watauga Road Water Improwments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-12 rMPRESSED CURRENT CATHODIC PROTECTION Page 12 of 14 1 6. Continuing with Anode No. 2, the anodes shall be lowered into the well by 2 the attached lead wires. The vent pipe shall not be attached to the centralizers 3 or lead wires for Anodes No. 2 and remaining. The ENGINEER may adjust 4 the depths of the individual anodes to avoid high resistance soil layers. When 5 an anode has been placed at the final depth, it shall be securely fixed in that 6 position prior to coke breeze backfilling. 7 7. Anodes shall not be backfiIled until the ENGINEER has inspected the 8 placement of the anodes and given permission to backfill. 9 F. Coke Breeze Backflll 10 1. Coke breeze shall be placed using a slurry pump that pumps the coke into the 11 bottom of the hole using a tremie pipe, allowing the hole to be filled from the 12 bottom up. Coke breeze shall not be pumped through the vent pipe. 13 2. Coke breeze shall be mixed with water when introduced into the hole to 14 prevent bridging or the creation of voids. Minimize the risk of bridging by 15 ensuring the hole has sufficient water and the backfilling rate is controlled. In 16 the event that voids or bridging does occur, the CONTRACTOR shall correct 17 the deficiency to the satisfaction of the ENGINEER. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3. Coke breeze shall be placed in the hole at a steady rate to ensure the coke breeze does not bridge or block the hole. The hole shall be kept completely full of water during placement of backfill. 4. Backfill settling and anode coverage will be determined by measuring the anode -to -earth resistance from the digital resistance meter. During coke breeze backfilling, the ENGINEER will measure the resistance between the lowermost uncovered anode and the pipeline drain wire. Coverage of the anode will be indicated by a rapid decrease in resistance, normally by at least 50%. As soon as coverage of a lower anode is indicated, the circuit shall be attached to the next highest anode in the hole. Testing will continue until coverage of all anodes has been verified. The ENGINEER shall record the resistance of each backfilled anode. At least 20 feet of coke breeze shall be added above the top anode. The CONTRACTOR shall sound the anode hole with a weighted tape measure and determine the final height of the coke breeze column. 5. Coke shall be allowed 24 hours to settle. After 24 hours, the coke column shall be topped off, as required, to achieve the specified coke column length. 6. Incomplete coverage of each anode with coke breeze shall be cause for rejection of the anode well. 7. The CONTRACTOR shall record the total weight of coke breeze placed in each anode well. 39 G. Well Seal CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-13 IMPRESSED CURRENT CATHODIC PROTECTION Page 13 of 14 1 1. Backfilling operations above the coke breeze column shall begin no sooner 2 than 24 hours after installation of the coke breeze to allow for settling. 3 Backfilling shall be done continuously and without interruption until the hole 4 is seated. 5 2. Collapse of the hole prior to the introduction of the seal material shall be 6 cause for abandonment of the well at the CONTRACTOR's expense. 7 3. Sealing materials shall not be allowed to drop from the top of the hole. All 8 materials shall be pumped into the hole from the top of the coke breeze 9 column to the top of the hole. 10 4. If well casing materials are used in the construction of the well, then the 11 annular space between the well bore and the casing shall also be scaled with a I2 conductive grout. 13 5. Sealing material shall not enter the vent pipe. 14 6. The CONTRACTOR shall record the volume of scaling material installed in 15 the hole. 16 H. Well Head 17 1. The well head shall be a concrete traffic box set at the top of the anode hole 18 and shall contain slack for the anode lead wires, as indicated on the Drawings. 19 2. The concrete traffic box lid shall be cast iron and marked "ANODE." 20 1. Storage and Disposal of Drilling Fluids, Cuttings, and Mud 21 1. During the drilling and loading process, drilling fluids, cuttings, and mud 22 shall be stored onsite in uncontaminated, watertight, lockable debris boxes. 23 Alternative storage methods may be used only with prior approval of the 24 ENGINEER. 25 2. Drilling mud and cuttings shall be disposed of by the CONTRACTOR at a 26 suitable disposal site. 27 3.4 REPAIR. 28 A. Cut test lead wires shall be spliced by using a copper compression connector. 29 1. The connection shall be completely sealed against moisture penetration by the use 30 of rubber tape, vinyl tape and Scotchkote electrical coating. 31 B. Damaged or missing test station components shall be replaced by equal components. 32 3.5 FIELD QUALITY CONTROL 33 A. Field Tests and Inspections 34 1. All components of the Cathodic Protection System shall be visually inspected by 35 the City prior to conunissioning of the system. CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water huprovenients STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 330400-14 IMPRESSER CURRENT CATHODIC PROTECTION Page 14 of 14 1 3.6 SYSTEM STARTUP 2 A. General 3 1. The Cathodic Protection System shall be inspected, energized and adjusted 4 (commissioned) as soon as possible after the Cathodic Protection equipment has 5 been installed. 6 B. Equipment 7 1. All Cathodic Protection testing instruments shall be in proper working order and 8 calibrated according to factory specifications. 9 C. Commissioning 10 1. The commissioning of the Cathodic Protection System shall be performed by, or 11 under the direct supervision of, the Corrosion Engineering Firm qualified to verify 12 compliance with this Specification and with the referenced corrosion control 13 standards set forth by MACE International. 14 D. Method 15 I. Measure native state structure -to -soil potentials along the water line using the 16 permanent reference electrodes at each anode test station and a portable reference 17 electrode at all other test stations and at above grade pipeline appurtenances. 18 2. Confirm electrical continuity of the cathod.ically protected pipeline. 19 3. Energize the impressed cathodic protection system using initially a current output 20 of one third of the rectifiers rating. Record course and fine adjustments. Record 21 rectifier DC current and voltage output. 22 4. Record each impressed anode output current using the shunt. 23 5. Allow sufficient time for the pipeline to polarize. 24 6. Measure and record the "On" and "Instant Off" structure -to -soil potentials at each 25 location after the structure has been given adequate time to polarize. 26 7. Adjust, if necessary, the Cathodic Protection current output at the rectifier to satisfy 27 the l 00-mV polarization shift criterion or the -850 millivolts-CSE polarized 28 potential criterion as established by NACE International standards. 29 8. Record all pipe to soil potentials measured at each test station. 30 9. Verify that all electrical isolation devices are operating properly including flange 31 isolators and casing spacers. 32 10. Verify that interference does not exist with foreign structures. 33 It. Perform joint tests with owners of the foreign structures (if any) and mitigate any 34 interference detected. 35 12. If necessary, install resistance bonds to mitigate interference. 36 13. Interference testing coordination with the owners of foreign structures is the 37 responsibility of the Cathodic Protection tester. 38 E. Verification and Responsibilities 39 1. Contractor shall correct, at leis expense, any deficiencies in materials or installation 40 procedures discovered during the post -installation inspection. 41 END OF SECTION 42 CITY OF FORT WORTH FM 156 US81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projects No. 101682 1 2 3 PART I - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 � 10 11 1.2 13 14 t 15 16 17 18 19 20 I 33 11 10- 1 DUCTILE IRON PIPE Page I of 13 SECTION 33 11 10 DUCTILE IRON PIPE A. Section Includes: 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 2.2.B.4 C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 Joint Bonding and Electrical Isolation 5. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 1105 Bolts, Nuts, and Gaskets 9. Section 33 11 11 -- Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "DIP" installed for: a) Various sizes b) Various types of backfill c) Various Iinings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 tl 10-2 DUCTILE IRON PIPE Page 2 of 13 2) .Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 18 1..3 REFERENCES 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. 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. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray iron .Pipe Flanges and Flanged Fittings (Classes 25, 1.25 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 13 I a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute ' 6 (AWWA/ANSI): 7 a. C104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C I05/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I1/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. I0 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -iron I I Threaded Flanges. 12 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 £ C 151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components -Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 1 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining i 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 CI04/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint s 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTII FM 156 from US 8V287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, I01682 Revised December 20, 2012 33 11 10-4 DUCTILE IRON PIPE Pane 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 £ Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each run of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117, 1.8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AW WAIANSI C151/A21.51 30 a) Perform quality control tests and maintain results -as outlined within. 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preconstruction Testing 35 1. The City may, at its own cost, subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAGE, AND HANDLING 41 A. Storage and Handling Requirements 42 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 43 stated in AWWA M41. CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 20I2 1 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 2. ,Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 112 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 21 OWNER -FURNISHED [oRj OWNER -SUPPLIED PRODUCTS [NOT USED] r 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 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 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The :manufacturer rnust comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI CI I1/A21.14, AWWA/ANSI C 150/A21.15, and AWWA/ANSI C 151 /A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 250 2A0 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21..51. Minimum pipe markings shall be as follows: a. "DI" or "Ductile" shalt be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe was cast d. Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. CITY OP PORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C1.50/A21.50, AWWA/ANSI C151 /A21.51, and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w) — 130 pcf 5 2) Live Load = AASHTO HS 20 6 3) Trench Depth — 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions = Type 4 8 5) Working Pressure (PW) = 150 psi 9 6) Surge Allowance (PS) = 100 psi 10 7) Design Internal Pressure (Pi) = Pam, + PS or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure = 13 (1) No less than t.25 minimum times the stated working pressure (187 1.4 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 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 (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (D,;) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. CITY OF FORT WORTH FM 156 from US 81 /287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 1 8. Joints 2 a. General — Comply with AWWA/ANSI C111/A21.11. 3 b. Push -On Joints 4 c. Mechanical Joints 5 d. Push -On Restrained Joints 6 1) Restraining Push -on joints by means of a special gasket - 7 a) Only those products that are listed in Section 01 60 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a I I carrier pipe of 4-inches to 12-incbes 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push -on Restrained Joint bell and spigot 14 a) Only those products list in the standard products Iist will be allowed for 15 the size listed in the standard products list per Section 0160 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints AWWA/ANSI Cl 15/A21.15, ASME B 1.6.1, Class 125 19 £ FIange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 1105. 29 b. Flanged Ends 30 1) Meet requirements ofAWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 1105, 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 11 05. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating, minimum of I mil thick, on the 38 pipe exterior, unless otherwise specified in the Contract Documents. 39 14, Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 0160 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 lmil linear low density (LLD) 45 polyethylene confonning to AWWA/ANSI C105/A21.5 or 4 mil high density 46 cross -laminated (HDCL) polyethylene encasement conforming to 47 AWWA/ANSI C105/A21.5 and ASTM A674. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length, the mark the 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer 5 3) AWWA/ANSI C105/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning -- Corrosion Protection — Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water, perform one of the following: 11 a) Label polyethylene encasement with "RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 15 2) Wastewater, perform one of the following: 16 a) Label polyethylene encasement with "WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public 19 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 22 23 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nonilinal Pipe Diameter (inches) Min. Width — Flat Tube (inches) Min. Width — Sheet (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe. Interior Lining a. Cement Mortar Lining CITY OF FORT WORTH FM 156 from 17S 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 A I I I 33 11 10-9 DUCTTLF IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 2 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy, lining as designated an the City's Standard 7 Products List as shown in Section 01 60 00, 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved, the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should betaken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. 21 6) Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the lining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut, coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS ]NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 40 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 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 37 38 39 40 41 42 43 44 45 33 11 10- 10 DUCTILE IRON PIPE Page 10 of 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. For installation of carrier pipe within casing, see Section 33 05 24, B. Pipe Handling 1. Haul and distribute pipe and 'fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the interior lining. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash —during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in AWWAJANSI CI l l/A21.11, b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. 101682 Revised December 20, 2012 3311 JO-II DUCTILE IRON PIPE Page I I of 13 1 1. Preparation. 2 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug, but Hot tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 10 joints or fittings and to.prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions, seal 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type (Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 17 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube_ 22 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 23 polyethylene from preceding length of pipe, slip it over end of the new .length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 £ Secure overlap in place. 26 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 27 of pipe, securing fold at quarter points. 28 h. Repair cuts, tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in salve manner. 30 3. Tubular Type (Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 34 of pipe, securing fold at quarter points; secure ends. 35 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 36 proceeding pipe section, bunching it accordion -fashion lengthwise. 37 e. After completing joint, pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot; make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH FM 156 from US 81/297 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFfCATfON DOCUMENTS City Project No. 101682 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 33 11 10 - 12 DUCTILE. IRON PIPE Page 12 of 13 e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over -twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAIR/RESTORATION 36 A. Patching 37 1. Excessive field -patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general, there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oRl SITE QUALITY CONTROL 4 A. Potable. Water Mains .. -. 5 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 6 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 B. Wastewater Lines 9 1. Closed Circuit Television (CCTV) Inspection 10 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3A0 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES fNOT USED] I5 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b. —Updated Payment types 12/20/2012 D. Johnson 1.3 —Added definitions of gland types for clarity 2.2.B9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH FM 156 from CIS 811287 to Watauga Road Water improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised December 20, 2012 I I I APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 GC4.V AvailabUffy ®f Lends THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FM 156 from US 811287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 Page 1 of 13 D220031601 211012020 9:43 AM PG813 Fee: $67.00 5ubmitter: AVENU Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS .FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No.101682 CAP FM 156 WATERLINE RELO PARCEL NO. 1 TCE 9250 Blue Mound Rd., Fort Worth TX_ 76131 Josiah Wafer Survey Abstract Tract 2 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 2� GRANTOR: FANCY L FRITCHEN, THE ESTATE OF GARY FRITCHEN, STACY. L. FRITCHEN, BENJAMIN H FRITCHEN, MICHAEL R FRITCHEN, JOYLN M FRITCHEN GRANTOR'S MAILING ADDRESS (including County): 14108 CAROL WAY NEWARK, TARRANT COUNTY, TEXAS 76071 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BRING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in TARRANT County, Texas, as described and depicted in accordance with Exhibits "A" and nU", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. Temporary ConskvcUon Easement Rev. 2079a509 Page 2 of 13 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing Waterline Relocation. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof_ This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] temporary Construction Easement Rev_20190809 Page 3 of 13 GRANTOR: NANCY L'FRRITCHEN, i Indvidually ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of `TEXAS, on this day personally appeared Nancy L Fritchen , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Nancy L Fritchen and that he/she executed the same as the act of said individual / entity for the purposes and consideration therein expressed and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF FFICE this o27 day of arnotM , 20 0 Notary Pu 'c in and fo e 5 to of Texas tttttts��urrlrtti�i •, pry U� ���; • Temporary Construction Easement Rev. 201906o9 Rage 4 of 13 GRANTOR: THE ESTATE OF GARY FRITCHEN Nancy L Fritchen, Independent Executor ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRAMT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of ___ TEXAS, on this Clay personally appeared NancyL Fritchen , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of —The Estate of Gary Fritchen and that he/she executed the same as the act of said Individual Executor for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF FFICE this day of .ram 6t ,e" .20 ,L5yS5t51Iflrrr�f,��� ?Lf o 31 W ffAl!lglSlltiLLLI Temporary ConstruUion Easement Rev.20190609 in and for Page 5 of 13 i GRANTOR: BENJAMIN FRITCHEN E ` By: Indvi ally ACKNQWLEDGIiMENT I STATE -OF TEXAS § GOLINTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Benjamin H Fritchen , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Benjamin H Fritchen and that he/she executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAM OF OFFICE this day of 1 , 20 "MY fiRAfMM j NOTARY FfMKIC - STATE uF TWS ID 4124993M eM1 commission E*tes o�t2.29M Temporary construction Easement Rev, 20190609 ry Public ir/,hnd for the State of Texas s i Rage 6 of 13 STACY L FRITCHEN, By. . Indvidually ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of TEXAS, on this day personally appeared Stacy L Fritchen , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Stacy L Fritchen and that helshe executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 �. ryP TAM MY GMHAM NOTARY PUBLIG - STATE OF TM ip # t2490999.5 ry1� c mmis*rk bcpims 09-12-20M Temporary Gmstruction Easement Rev. 20190609 the State of Texas Page 7 of 13 MlICHAEL R FRI i H N, By: 4&, i dwidually ACKNOWLEDGEMENT Tzvck)S STATE OF Te= § t1i '0 COUNTY OF TWW"T § BEFORE ME, the undersigned authority, a Notary Public in and for the State of -1711 >r.-, TES, on this day personally appeared Michael R Fritchen , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Michael R Fritchen - and that he/she executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AN;ota OF OFFICE this day of OFFICIAL SEAL ublicin and for the�State�&T-exas ALLISON M SCHINDLER . NOTARY PUBLIC - STATE OF ILLINOIS My COMMISSION EXPIRES:10)30/2i Temporary Construction Easement Rev, 2D't9D609 Rage g of 13 i�.1 r� STATF_ OF BEFORE ME, the undersigned aythority,_ a Notary Public in and for the State of 211��-TEXAS, on this day personally appeared jolyri. M Fritchen , known to Ind to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of .iolyn M Fritchen _ and that helshe executed the same as the act of said individual_ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND%SEALF OFFICE this day of U or the State of as OFFICIAL SEAS. AI�ISCN M SCHiE�lULER NOTARY PUBLIC - STATE QF ILLINOIS MY COMMIS510M EXPIRM:101301 Tompotaly Conan Easement Rev- 20190809 Rage 9 of 13 GRANTEE: 0CjtFo Worth By (Signatu (Print Name) APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) _N4+g MjgW, Title. Ass-z4prr Ajrvy [ACKNOWLEDGEMENTS APPEAR ON THE FOLLOWING PAGE] ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARR.ANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared y o the ity F r6 rt Wo rffi, kn own to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I - day of 00 LL CAN , 2020 Notary Public in an a State of Texas `'L'tiU41U I! I!! 1lI�j�I (3 0 i 70! 1.7 SN,`�1 Temparary Construction Easement Rev. 20190509 Page 10 of 13 EXHIBIT "A7 FM RSS FROM US 811287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO,10'1882-- PARCEL NO. 1 TCE TEMPORARY CONSTRUCTION EASEMENT JOSIiAH WALKER SURVEY, ABSTRACT No.1600 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 0.018 acre (794 square feet) tract of land situated in the Josiah Walker Survey, Abstract No_ 1600, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 14.343 acre tract of land conveyed to the Mike I=ritchen, Benjamin Fritchen and Gary Fritchen by General Warranty Deed dated February 3, 2006 as recorded in Instrument No. D206033231 of the Official Public Records of Tarrant County, Texas, said 0.018 acre (794 square feet) tract of land being more par#iculariy described by metes and bounds as follows: COMMENCING at a 314 inch iron rod (controlling monument) found for the northwest comer of said called 14.343 acre tract of land, said 314 inch iron rod being an interior ell comer in the existing east line of FM 156 (Blue Mound Road), a variable width right-of- way; THENCE South 89 degrees 53 minutes 58 seconds East, with the north line of said tailed 14.343 acre tract of land, passing at a distance of 30.00 feet, a calculated point for the southwest comer of Lot 1, Block 9 of the Williamson-Dickie Distribution Center Addition, an addition to the City of Fort Worths Tarrant County, Texas as recorded in Volume 388-45, Page 62 of the Plat Records of Tarrant County, Texas, in all, a distance of 45.00 feet to a point for the northeast corner of a 15.0' permanent Utility Easement recorded in Instrument No. D191187071 of said Official Public Records of Tarrant County, Texas; THENCE South 00 degrees 23 minutes 13 seconds East, with the east line of said 15.0' Permanent Utility Easement, a distance of 277.92 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,014,786.69 and E=2,321,866.89, from which a 1/2 inch iron rod with cap stamped "GOODWIN & MARSHALL" found (controlling monument) for the most easterly northeast corner of a tract of land described as Commercial Tract 2 conveyed to Habar Texas, Inc. as recorded in Instrument No. D217106702 of said Official Public Records of Tarrant County, Texas bears South 62 degrees 57 minutes 07 seconds West, a distanae- of 185.98 feet, said 1/2 inch iron rod with cap stamped "GOODWIN & MARSHALL" being in the existing west line of said FM 156; THENCE North 69 degrees 27 minutes 31 seconds East, a distance of 15.81 feet to a calculated point for corner; THENCE South 00 degrees 32 minutes 29 seconds East, a distance of 50.00 feet to a calculated point for corner, (Exhibit "A") Page 1 of 2 d Page 11 of 13 THENCE South 89 degrees 27 minutes 31 seconds West, a distance of 15.95 feet to a calculated point for comer in the east fine of said 15.0' Permanent Utility Easement; THENCE North 00 degrees 23 minutes 13 seconds West, with the east line of -said -15.0' Permanent Utility Easement, a distance of 50.00 feet to the POINT OF BEGINNING, and containing 794 square feet or 0.018 acres of land, more or less. Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NA©-83 (2011), Forth Central Zone (4202). All distances and areas shown are surface. April 23, 2019 RfCHARD KEVNEDY Richard Kennedy Registered Profession r Texas No. 5527 Gorrondona & Associates, Inc. Texas Firm No_ 10106900 I (Exhibit "A") Page 2 of 2. 0 Page 12 of 13 LOB' ZSS, RZOCS t r MBUTY C,ROSSM, I CABINET A. SLIDE 10M P.R.T.C.T. I COMMdERCK TRACT 1 HABAR TEms. INC. INSr- N0. D217108702 f O.RR.T.C7. HERITAGE TRACE PARKWAY COwuI>=RCtAL TRACT-2 HAW TEXAS. INC. r INS7 NO. D2171DS702 O-P.R.T.C7 FND 1/2-IR W1W GOODWIN as VARSWJr S 6Z'57'07"W 165.93' (cm) I I ga5lgp.G' N EXHIBIT "B 92 PARCEL NO. f —TCE r LOT f, MOCK 7 I MLtALY50N—AtMP I1tS4`tclBilTtON { PASSING M"TR AADMON AT MOD' MJIMtE 388-45. PAGE 62 jf__T P-R.T.c.T. ��yy _J� e e L rM�J3/47R (cw) 1 I suR 60n 1 I f m soS�c�p 30.0' PERiHAhIE?Ir 1 ultusr um�+r �N u+sr_ t+a otstta7a7x'�"1 o.P.azc.T. ! I CALLED 14.343 ACRES FMCHEN MEnI���+ S IN Fi PJrC�''HEN Cl'1R1 I FRrTCHEN to No. D2DsMM31 j y D.P.Rza.T. P. O.B. I GILD COORDINATE N 7,Dl4,7A6.sa FARY E=2.321,86G.89 I L-2 CC) ION axis ACC I tz i u I I N: 1 Y" PE;mAmu4r -.r� �r�.. UMLNr ERSFNEW Iu J 1 I aPN? ISII07071 I �-:i- I 1 ( Ij i I 1aa 50 a 100 1 �I SCALE IN FEET io Fort o 2oD TFxAs STREET FORT YIO—H. TETGLS 75102 FM 156 FROM US 811287 TO WATAUCA OF' �. ROAD WATER IMPRO VEMENTs RICHARD KENNEDY 5527 LUDWON. CRY OF FORT WORTH. TARRANT COUNTY. TEXAS EASI=MENT Ak�F�4U 794 SQUARE FEET OR 0.018 ACRFs Page 13 of 13 PARCEL NO. 1--TCis' LEGEND FND MONUMENTATION (SIZE AND TYPE NOTED) 0 CALCULATED POINT -- -- PROPERTY/RIGHT--OF WAY LINE — —� — — EXISTING EASEMENT LINE h ------ PROPOSED EASEMENT LINE --- SURVEY/ABSTRACT LINE 5 (CM) CONTROLLING MONUMENT LINE TABLE LINE BEARING DISTANCE L-1 S 89'53,WE 45.00' L 2 N 89'27'31 RE f 5.81' L--3 S W 32'29" E SO.OD' L 4 S 89'27'31" 4'1 15.95' L-5 N OO'23'13 50.OD' E DESCRIPTION OF SAMEONTE HERBWM ADCOMPARIES 7MS PLAT_ 3 AND Gi3ORMaTES ARE REFERENCED TO THE YEM STA'EE pLAW ATE SYSMM, NAR-83 (2011). NOM CWFRAL ZONE (4202). AtLFS AND AREAS 94OWN ARE SUIdmr- &q%g..W CitY Of POrt Worth 200 TZM STREET • FORT WOM. TEXAS 745102 FM 158 FROM US 811287 TO WATAUGA ROAD WAVER IMPROVEMENTS PARCEL N0. 1 TCE CITY I�ROJ, N0. 101882 UCRICHARD KENNEDY TE#YtPORA12Y CDNSIR110N EASEMENT OVINFR: MIKE FRrrCHEN. BENJAMIN FRfTCHEN AND CAW FRiTCHEN f i 0 5527 ��c= SURVEY. JOSIAH WALKLK SURVIYY. ABSTRACT NO. i 60U LOCATIONk CTY OF FORT WORTH, TARRANT COUNTY. TEXAS RVF' FASEMENT AREA: 794 SQUARE FEET OR 0.018 ACRES LAND EXHIBIT "A" Fri 156 FROM US 81/287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL. NO. 3-PWFE PERMANENT WATER FACILITY EASEMENT JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 CITY OF FORT WORTH, TARRAANT COUNTY, TEXAS Being a 0.040 acre (1,761 square feet) tract of land situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 14.352 acre tract of land conveyed to NEXMETRO FOSSIL. CREEK, LP by Special Warranty Deed dated March 20, 2019 as recorded in Instrument No. D219055597 of the Official Public Records of Tarrant County, Texas, said 0.040 acre (1,761 square feet) tract of land being more particularly described by metes and bounds as follows: BEGINNING at a calculated point for the most northerly northwest corner of said called 14.352 acre tract of land and the most northerly northeast corner of a proposed Texas Department of Transportation (TXDOT) Right -of -Way Parcel as described in Notice of Lis Pendens and recorded in Instrument No. D219031134 of said Official Public Records of Tarrant County, Texas, said calculated point being in the south line of Harmon Road, a 120.0' right-of-way, said calculated point having grid coordinates of N=7,010,168.51 and E=2,322,050.39, from which a 1/2 inch iron rod with cap stamped "PACHECO KOCH" (controlling monument) found for the most southerly and easterly northeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D211178582 of said Official Public Records of Tarrant County, Texas bears North 73 degrees 31 minutes 20 seconds West, a distance of 281.23 feet, said 1/2 inch iron rod with cap stamped "PACHECO KOCH" being in the westerly line of FM 156 (Blue Mound Road), a variable width right-of-way, and from which a 1/2 inch iron rod with cap stamped "PACHECO KOCH" (controlling monument) found for corner in the easterly line of said tract of land conveyed to the City of Fort Worth bears South 77 degrees 27 minutes 48 seconds West, a distance of 178.32 feet, said 1/2 inch iron rod with cap stamped "PACHECO KOCH" being in westerly line of said FM 156; THENCE North 89 degrees 45 minutes 49 seconds East, with the north line of said called 14.352 acre tract of land and with the south line of said Harmon Road, a distance of 11.43 feet to a calculated point for corner; THENCE South 25 degrees 58 minutes 00 seconds East, a distance of 18.75 feet to a calculated point for corner; THENCE South 16 degrees 32 minutes 00 seconds West, a distance of 49.78 feet to a calculated point for corner; THENCE South 29 degrees 39 minutes 19 seconds East, a distance of 28.61 feet to a calculated point for corner; (Exhibit "A") Page 1 of 2 THENCE South 60 degrees 20 minutes 41 seconds West, a distance of 11.85 feet to a calculated point for corner in the westerly line of said called 14.352 acre tract of land and in the easterly line of said proposed TXDOT Right -of -Way Parcel, said calculated point being in the easterly line of a tract of land conveyed to The City of Fort Worth as recorded in Instrument No. D187570016 of said Official Public Records of Tarrant County, Texas; THENCE North 28 degrees 02 minutes 53 seconds West, with the westerly line of said called 14.352 acre tract of land, with the easterly line of said proposed TXDOT Right -of -Way Parcel and with the easterly line of said tract of land conveyed to The City of Fort Worth, a distance of 21.87 feet to a calculated point for corner; THENCE North 25 degrees 39 minutes 03 seconds West, with the westerly line of said called 14.352 acre tract of land, with the easterly line of said proposed TXDOT Right -of -Way Parcel and with the easterly line of said tract of land conveyed to The City of Fort Worth, a distance of 32.48 feet to a calculated point for corner; THENCE North 17 degrees 49 minutes 33 seconds East, a distance of 49.04 feet to the POINT OIL BEGINNING, and containing 1,761 square feet or 0.040 acres of land, more or less. Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. April 24, 2019 Revised April 30, 2019 Revised August 13, 2019 Revised August 23, 2019 N RICHARD � - EDY IENN Richard Kennedy Registered Professional Texas No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 (Exhibit "A") Page 2 of 2 EXHIBIT 99B 99 PARCEL NO. 3-PWFE I 1 1 I '1 1 ' 1 1 30-FOOT ODE UTILITY EASEMENT INST. NO. D107422173 � 1 287/156 PARTNERS, L.P. rNST. NO. D203056984 O.P.R.T.C.T. W pLyc�R 50Ag5 RpG� NO P.0.6. HARMON ROAD GRID COORDINATE � N=7,01(3,168.51 PERMANENT EASEMENT E=2,322,05D.39 (120.0' RIGHT—OF—WAY) INST. NO. D187570015 ---\ \ CITY OF FORT WORTH O.P.R.T.C.T. ' INST. NO. D21 1178582 \ \ \ O.P.R.T.C.T. \ PROPOSED TXDOT e e - ` RIGHT-OF-WAY PARCEL AS DESCRIBED IN \•. NOTICE OF LISD27PENDENS yi :-`:::•. SEE INST. NO. 9031134 O.P.R.T.C.T. ; •-.�T DETAIL „A" 20 FOOT PERMANENTEASEMENT J� FND 1/2"IR W/CAP "PACHFCO KOCH)% \�' INST. NO. O S7570015 ` BEARS S 77.27'48"W 178.32' (CM) �'. ;� O.P.R.T.C.T. �� '♦ PERMANENT WATER FACILITY EASEMENT 1,761 SQ, FT, \ �� \ ♦♦ 0.040 ACRES F G E Mp��HE ,�,A CALLED Qy G jACRtS (S♦ NEXMETRO FOSSIL 2 CREEK LP � GEGR SURD Q 6' • INST. NO, D219055597 ' pBS�RpC� NO 30 FOOT PERMANENT ` T \ ♦ SANITARY SEWER EASEMENT \ , INST. NO. D204272495 O.P.R.T.C.T. \ THE CITY OF FORT WORTH 1� FNST. N0. 187570015 -� O.P.R.T.C.T. PROPOSED iXDOT ♦ (15 FOOT PERMANENT EASEMENT) Oiry �(t oo RIGHT-OF-WA80AR�CEL ♦� (THE CITY OF FORT WORTH) V J NOTICE OF US PENDENS (INST, NO. 0167394843) INST. NO. D219031134 ` (O.P.R.T.C,T.) SCALE IN FEET \ ♦ REVISED AUGUST 23, 2019 ♦ REVISED AUGUST 13, 2019 REVISED APRIL 30, 2019 200 TEXAS STREET - FORT WORTH, TEXAS 76102 FM 156 FROM US 811287 TO WA TAUGA �� O ROAD WATER IMPROVEMENTS PARCEL NO. 3-PWFE I CITY PROJ. NO. 101682 D KENN``DY � PERMANENT WATER FACILITY EASEMENT «- "•°" °'«•"«.«"••"••....... ' OWNER: NEXMETRO FOSSIL CREEK, LP y'ApF27 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 1,761 SQUARE FEET OR 0.040 ACRES RICHARD KENNEDY i JOB No. KHA-1815.OD DRAWN BY: RK CAD FILE: SH156_E03_PWFE-RQ3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: APRIL 24, 2019 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1" _. 100' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT ItIORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 79B 99 PARCEL NO. 3-PWFE LEGEND • FIND MONUMENTATION (SIZE AND TYPF NOTED) O CALCULATED POINT — — PROPERTY/RIGHT—OF—WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT LINE TABLE LINE BEARING DISTANCE L-1 N 89'45'49"E 1 1,43' L-2 S 2558'00"E 18.75' L--3 S 16'32'00"W 49.78' L-4 S 29'39'19"E 28.61' L-5 S 60'20'41 "W 1 1.85' L-6 N 28'02'53"W 21.87' L-7 N 25'39'03"W 32.48' L--8 N 17'49'33"E 49.04' ............................................................... . ......................................................... ......... . DETAIL "A'• NOT TO SCALE NOTES: 1, A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE. IM: REVISED AUGUST 23, 2019 REVISED AUGUST 13, 2019 REVISED APRIL 30, 2019 City of Fort Worth 200 TEXAS STREET • FORT WORTH. TEXAS 76102 FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMPR 0 VEMENTS PARCEL NO. 3-PWFE CITY PROJ. NO. 101682 PERMANENT WATER FACILITY EASEMENT OWNER: NEXMETRO FOSSIL CREEK, LP SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 1,761 SQUARE FEET OR 0.040 ACRES RIC[ JOB No. KHA_1815.00 DRAWN BY: RK CAD FILE: SH156—EO3—PWFE—RO3.DWG REGIc DATE: APRIL 24, 2019 1 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1" = 100' NO. ! GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817- ...... ........ �� 0 F T �. RICNARD KENNEDY PROFESSIONAL LAND SURVEYOR TEXAS FIRM No. 101D6900 1424 FAX 817-496-1768 0 r P3 PW FE R2 Bearing Distance N 89°45'49" E 11.43 S 25°58'00" E 18.75 S 16032'00" W 49.78 S 29°39'19" E 28.61 S 60°20'41 " W 11.85 N 28002'53" W 21.87 N 25039'03" W 32.48 N 17°49'33" E 49.04 Closure Error Distance> 0.0000 Total Distance> 223.81 SQ.FT.> 1761 ACRES> 0.040 P3 PWFE_r03.txt Page 1 EXHIBIT "A" FM 156 FROM US 81/287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. 3-TCE TEMPORARY CONSTRUCTION EASEMENT JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 0.108 acre (4,716 square feet) tract of land situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 14.352 acre tract of land conveyed to NEXMETRO FOSSIL CREEK, LP by Special Warranty Deed dated March 20, 2019 as recorded in Instrument No. D219055597 of the Official Public Records of Tarrant County, Texas, said 0.108 acre (4,716 square feet) tract of land being more particularly described by metes and bounds as follows; BEGINNING at a calculated point in the north line of said called 14.352 acre tract of land and in the south line of Harmon Road, a 120.0' right-of-way, said calculated point being the northeast corner of a proposed Permanent Water Facility Easement, said calculated point having grid coordinates of N=7,010,168.56 and E=2,322,061.82, from which a calculated point for the most northerly northwest corner of said called 14.352 acre tract of land bears South 89 degrees 45 minutes 49 seconds West, a distance of 11.43 feet, and from which a 112 inch iron rod with cap stamped "PACHECO KOCH" (controlling monument) found for the most southerly and easterly northeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D211178582 of said Official Public Records of Tarrant County, Texas bears North 74 degrees 10 minutes 01 seconds West, a distance of 292.19 feet, said 112 inch iron rod with cap stamped "PACHECO KOCH" being in the westerly line of FM 156 (Blue Mound Road), a variable width right-of-way, and also from which a 112 inch iron rod with cap stamped "PACHECO KOCH" (controlling monument) found for corner in the easterly line of said tract of land conveyed to the City of Fort Worth bears South 78 degrees 11 minutes 59 seconds West, a distance of 189.50 feet, said 112 inch iron rod with cap stamped "PACHECO KOCH" being in westerly line of said FM 156; THENCE North 89 degrees 45 minutes 49 seconds East, with the north line of said called 14.352 acre tract of land and with the south line of said Harmon Road, a distance of 38.85 feet to a calculated point for corner; THENCE South 25 degrees 58 minutes 00 seconds East, a distance of 15.49 feet to a calculated point for corner; THENCE South 16 degrees 32 minutes 00 seconds West, a distance of 48.47 feet to a calculated point for corner; THENCE South 29 degrees 39 minutes 19 seconds East, a distance of 48.69 feet to a calculated point for corner; (Exhibit "A") Page 1 of 2 THENCE South 60 degrees 20 minutes 41 seconds West, a distance of 47,83 feet to a calculated point for corner in the westerly line of said called 14.352 acre tract of land and in the easterly line of a proposed Texas Department of Transportation (TXDGT) Right -of - Way Parcel as described in Notice of Lis Pendens and recorded in Instrument No. D219031134 of said Official Public Records of Tarrant County, Texas, said calculated point being in the easterly line of a tract of land conveyed to The City of Fort Worth as recorded in Instrument No. D187570016 of said Official Public Records of Tarrant County, Texas, THENCE North 28 degrees 02 minutes 53 seconds West, with the westerly line of said called 14.352 acre tract of land, with the easterly line of said proposed Texas Department of Transportation (TXDGT) Right -of -Way Parcel and with the easterly line of said tract of land conveyed to The City of Fort Worth, a distance of 35.01 feet to a calculated point for the southwest corner of said proposed Permanent Water Facility Easement; THENCE North 60 degrees 20 minutes 41 seconds East, with the south line of said proposed Permanent Water Facility Easement, a distance of 11.85 feet to a calculated point for the southeast corner of said proposed Permanent Water Facility Easement; THENCE North 29 degrees 39 minutes 19 seconds West, with the easterly line of said proposed Permanent Water Facility Easement, a distance of 28.61 feet to a calculated point for corner; THENCE North 16 degrees 32 minutes 00 seconds East, with the easterly line of said proposed Permanent Water Facility Easement, a distance of 49.78 feet to a calculated point for corner; THENCE North 25 degrees 58 minutes 00 seconds West, with the easterly line of said proposed Permanent Water Facility Easement, a distance of 18.75 feet to the POINT OF BEGINNING, and containing 4,716 square feet or 0.108 acres of land, more or less. Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. April 24, 2019 Revised August 14, 2019 Revised August 26, 2019 OF RI0l1ARl) K1:NNF01) Kicnard Kenneoy - g Registered Professiona U Texas No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 (Exhibit "A") Page 2 of 2 EXHIBIT 13B " PARCEL NO. 3-TCE I1 I I OU j00) 1 C) N 1 1 287/156 PARTNERS, L.P. 0 N >1 1 INST, NO. D203056984 30-FOOT WIDE O.P.R.T.C.T. • I UTILITY EASEMENT - I IL =}� INSL N0. D187422123 0 Q O.P.R.T.C.T. ' 3 0 1 Ir , 1 I l i 1 o� POB JOS�AH AC�KN� ABS�R HARMON ROAD 50?N o 1600 GRId COORDINATE \ N=7,010,168.56 (120.0' RIGHT—OF—WAY) PERMANENT EASEMENT E-2,322,061.82 INST. NO. D187570015 CITY OF FORT WORTH \ O.P.R.T.C.T. ' INST. NO. D21 1178582 PROPOSED TXDOT \ .. • "' • ' .. ........ \ O.P.R.T.C.T. RIGHT—OF—WAY PARCELAS \ \ EIN NOTICE ESCLI3 PE NDENS.. A • e e INST. NO. D219031134 \;••,•;::;;•' 20 FOOT PERMANENT f O.P.R.T.C.T. �` [! � frrrrr.i:r:t � � EASEMENT PROPOSED PERMANENT INST. NO. D187570015 FNd 1/2"IR W/CAP-PACHECO KOCH WATER FACIUTY EASEMENT f::::r:::ia \ O.P.R.T.C-T. BEARS S 78'11'59"W 189.50' (CM):® TEMPORARY CONSTRUCTION EASEMENT G \ y A :..::. Y� 4,716 SQ. FT. }:y 0.108 ACRES HEWS o0 2� \ y CALLED 14.352 ACRES MA � G GEpRGSLyRVNO6) ` NEXMETRO FOSNO. 021905597CREEK, LP O 30 FOOT PERMANENT SANITARY SEWER EASEMENT INST. NO. D204272495 O.P.R.T.C.T. PROPOSED TXDOT \ \ RIGHT-OF-WAY PARCEL THE CITY OF FORT WORTH OQ 50 1 00 \NOTIAS CE OFF EJ3 DESCRIBED IN \ INST. NO. 187570016 O.P.R.T.C.T. INST. NO. D219031134 \ (TH FOOT PERMANENT EASEMENT) — ` O.P.R.T.CS. �` (THE CITY Dl FORT WORTH) \ ` (INST. NO. D187394843) SCALE IN FEET - \ \ �` (O.P.R.T.C-T.} ` REVISED AUGUST 26, 2019 REVISED AUGUST 14, 2019 CB t y O F O V110 rt 200 TEXAS STREET • FORT WORTH, TEXAS 76102 FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMPROVEMENTS �jn PARCEL NO. 3—TCE TEMPORARY CONSTRUCTION EASEMENT OWNER: NEXMEfRO FOSSIL CREEK, LP SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 4,716 SQUARE FEET OR 0.108 ACRES DATE: APRIL 24. 2019 I EXHIBIT B GORRONDONA do ASSOCIATES. INC. • 7524 CITY PROJ. NO. 101682 RAC 1AR KENNEDY .................. ............. r .4 5527 CAD F1LI: sH156_Eo3_TcE—R02.Dwc RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR SCALE: 1' G 100' NO. 5527 TEXAS FIRM No. 10106900 SOUTH FORT WORTH, TX. 7611E • 817-496-1424 FAX 817-496-1768 EXHIBIT 95B19 PARCEL NO. 3--TCE LEGEND ® FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT PROPERTY/RIGHT—OF—WAY LINE — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT LINE TABLE LINE BEARING DISTANCE L-1 S 89' 45' 49 "W 11.43' L-2 N 89'45'49"E 38.85' L-3 S 25'58'00'E 15.49' L-4 S 16'32'00'W 48.47' L-5 S 29'39'19"E 48.69'. L-6 S 60'20'41 "W 47.83' L-7 N 28'02'53"W 35.01' L--8 N 60'20'41"E 11.85' L-9 N 29'39'19"W 28.61' L-10 N 16'32'00"E 49.78' L-11 N 25'58'00"W 18.75' ....................................................... L-3 Q 1 L-5 -: 7fi'C::::.::::..................................................... I o �r:::.:::::.::::::::::::::::::)"A :::::::::::::::::: y....:......::.:::::::::::::::::::::::::::::::::::::. P. O.B. 1 �T -9 , �::::::::::........:::::::, GRID COORDINATE 013 L-7 N=7,010,168.56 E=2,�2z as1.s2 DETAIL "A" NOT TO SCALE NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011). NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE. REVISED AUGUST 26, 2019 REVISED AUGUST 14, 2019 City ®f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMPROVEMENTS PARCEL NO. 3—TCE TEMPORARY CONSTRUCTION EASEMENT OWNER: NEXMETRO FOSSIL CREEK, LP SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 4.716 SQUARE FEET OR 0.108 ACRES CITY PROD. NO. 101682 RICHARD KENNEDY L'l CAD FILE: SH156_•E03TCE._R02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR SCALE: 1' = 100' ND. 5527 TEXAS FIRM No. 10106900 BAIRN FORT WORTH. TY. 7R11R . R17-40R--1424 FAX R17-4Qfi-17RR I P3 TCE R02 Bearing Distance N 89"45'49" E 38.85 S 25058'00" E 15.49 S 16"32'00" W 48.47 S 29039'19"-E 48.69 . S 60°20'41" W 47.83 N 28002'53" W 35.01 N 60"20'41" E 11.85 N 29"39'19" W 28.61 N 16032'00" E 49.78 N 25058'00" W 18.75 Closure Error Distance> 0.0000 Total Distance> 343.34 i SQ.FT> 4716 ACRES> 0.108 P3 TCE r02.txt Page 1 1 VEIU. 4 r \ 1 V 0220140250 61171202011:33 AM PGS 8 Fee: $47.00 Submitter: SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records � Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C101682 CAP FM 156 WATERLINE RELOCATION Parcel # 4 PWFE 8401 Blue Mound Rd Henry Robertson Survey Abstract 1798 Tract 3H STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: 04/15/2020 GRANTOR: BLUE FOUND PARTNERS LP GRANTOR'S MAILING ADDRESS (including County): 7001 PRESTON RD STE # 410 DALLAS, DALLAS COUNTY, TX 75205-1190 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County)_ 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as ,Facility". The Facility includes all incidental underground and aboveground attachments, equipment and Permanent Water Facility Easement Rev.20190609 appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with'the rights granted hereunder, or (I1) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property_ Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder_ Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101 anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev_ 20190609 GRANTOR: BLUE MOUND PARTNERS LP, a Texas Limited Partnership By:. aLUE MOUND PARTNERS GP, ILLC, a Texas Limited Liability Corporation, its General Partner GRANTEE: City of Fort Worth F nature).-- �6w' f Dana Burghdoff, Assistant y Man r APPROVED AS TO FORM AND LEGALITY By (Signature): WtMurfay(7J 2.2DX 1:50cnx) Matt Murray, Assistant City Attorney Ordinance No. 24161_04_2020 No M&C required ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRAN T § BEFORE ME, the undersi neq auth rit , a Notary Public in and for the State of Texas, on this day personally appeared _(�� known to me to be the same person whose name is subscrib d to the f regoin instrument, and acknowledged to me that the same was the act of � I, and that he/she executed the same as the act of said {ftg the purposes and consideration therein expressed and in ffie capacity therein stated. IVEN UNDER MY HAND A�NPOEM' LI Q,F`OI;FICE th .� day of a O (n � Temporary Cans{ruction Easement Rev. 20490609Ll- i t? Ip710��~Z� G,J �— ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BIRE ME he undersigned authority, a Notary P blic in and for the State of Texa , o his d personally appeared , of the City ofkFotrt'h-,known to me to be the same perso whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 nd day of 00I toll �. SELENA ALA Notary Pubtic. States of Texas %9 :Uz' Comm. Expires 03-31.2024 ��''!ol�ii•'' Notary ID 1324,22528 N ary Public in and for the State of Texas Permanent Water Facility Easement Rev.20190609 EXHIBIT "A" FM 156 FROM US 811287 TO WATAUGA ROAD !HATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. 4-PWF'E PERMANENT WATER FACILITY EASEMENT HENRY ROBERTSON SURVEY, ABSTRACT NO. 1798 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 0.065 acre (2,828 square feet) tract of land situated in the Henry Robertson Survey, Abstract No. 1798, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 17.985 acre tract of land conveyed to Blue Mound Partners, L.P. by Special Warranty Deed dated November 3, 2004 as recorded in Instrument No. D204343302 of the Official Public Records of Tarrant County, Texas, said 0.065 acre (2,828 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" (controlling monument) found for the southeast corner of Block 1 of Creekwood Addition Phase 1, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D203167215 of said Official Public Records of Tarrant County, Texas, said 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" being in the west line of said called 17.985 acre tract of land, in the existing north line of Bailey -Boswell Road, a variable width right- of-way, and in a south fine of a 30' Water Line Easement as recorded in Instrument No. D191135847 of said Official Public Records of Tarrant County, Texas; THENCE North 89 degrees 42 minutes 26 seconds East, with the existing north line of said Bailey -Boswell Road and with a south line of said 30' Water Line Easement, a distance of 898.20 feet to a calculated point; THENCE North 00 degrees 00 minutes 00 seconds East, a distance of 30.00 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,006,478.27 and E=2,323,546.34, said calculated point being in a north line of said 30' Water Line Easement; THENCE North 43 degrees 39 minutes 39 seconds East, a distance of 21.25 feet to a calculated point for corner; THENCE North 21 degrees 09 minutes 39 seconds East, a distance of 95.68 feet to a calculated point for corner in a westerly line of said 30' Water Line Easement, from which a 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" (controlling monument) found for the northeast corner of said called 17.985 acre tract of land bears North 65 degrees 39 minutes 42 seconds East, a distance of 30.00 feet and North 24 degrees 20 minutes 18 seconds West, a distance of 813.92 feet, said 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" being the southeast corner of Lot 57X, Block 1 of Creekwood Addition Phase 11, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D205060971 of said Official Public Records of Tarrant County, Texas, said 1/2" iron rod with cap stamped "BEASLEY RPLS (Exhibit "A") Page 1 of 2 4050" being in the westerly line of FM 156 (Blue Mound Road), a variable width right-of-way; THENCE South 24 degrees 20 minutes 18 seconds East, with a westerly line of said 30' Water Line Easement, a distance of 17.98 feet to a calculated point for the beginning of a curve to the right.28 feet, a central angle of 01 degrees 14 minutes 18 seconds, and whose having a radius of 1,056chord bears South 27 degrees 38 minutes 14 seconds'La8t, a chord distance of 22.83 feet; THENCE Southerly, with a westerly line of said 30' Water Line Easement and with said curve to the right, an arc length of 22.83 feet to a calculated point for corner; THENCE South 21 degrees 09 minutes 39 seconds West, a distance of 72.68 feet to a calculated point for corner in a north line of said 30' Water Line Easement; THENCE South 89 degrees 42 minutes 26 seconds West, with a north line of said 30' Water Line Easement, a distance of 40.97 feet to the POINT OF BEGINNING, and containing 2,828 square feet or 0.065 acres of land, more or less. Notes (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. April 25, 2019 Revised February 26, 2020 . ,. RICHE Richard Kennedy �' Registered Professio Texas No. 5527 Gorrondona & Associates, Texas Firm No. 10106900 OF R KENNEDY SUR`l (Exhibit "A") Page 2 of 2 EXHIBIT "B S, PARCEL NO. 4—PWFF LOT 57X, BLOCK i 1 ` ► CREEKWOOD ADDITION PHASE 11 \` FRO 1/2"IR W/CAP IN5T. NO. D205060971 "BEASLY RPLS 4050" O.P.R.T.C.T. _ r 1y {CM) V 1 \\ 30' WATER LINE EASEMENT y r- *. INST. NO. 0191135847 ( O.P.R.T.C.T. \ \, ► 1 a p EASEMENT AND RIGHT-OF-WAY CROSSTEX NORTH TEXAS GATHERING, L.A. ,�\ `- ,�, INST. NO. D207049011 [ O.P.R.T.C.T. ` ►► O-A q N � CALLED 17.985 ACRES , 1,V� o BLUE MOUND PARTNERS, L.P. ` \` o col INST. NO. D204343302 I O.P. R.7-C-T. W I 1 ► W I PERMANENT WATER FACILITY EASEMENT \� - 2,828 SQ- FT. 0.065 ACRES P. 0.1B.GRID COOR30' WATER LINE EASEMENT N=7,006,4INST. NO. D191135847 E=2,323,5 i — — O.P.R.T.C.T. 1 W W N U42'26"E '898.20' P.O.C. FIND 1/2"IR W/CAP M1 "HEASLLY RPLS 4050" (cm) o�� 9s �7 q o6 � NQ a 11 �zC? w w w 1 aT a 1� J 1 a~ SEE DETAIL "A" 11 L-7 \ BAILEY - BOSWELL ROAD (VARIABLE WIDTH RIGHT—OF—WAY) 100 50 0 100 SCALE IN FEET REVISED FEBRUARY 25, 2020 0/ 0 1 200 TEXAS STREET • FORT WORTH, TEXAS 76102 I . FM 156 FROM US 811287 To WATAUGA ROAD WATER IMPROVEMENTS PARCEL NO. 4—PWFE PERMANENT WATER FACILITY EASEMENT OWNER: BLUE MOUNT] PARTNERS, L.P. SURVEY: HENRY ROBERTSON SURVEY, ABSTRACT N0. 1798 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 2,828 SQUARE FEET OR 0.065 ACRES JOB No. KHA-1815.00 IDIRAWN BY: RK G DATE: APRIL 25. 2019 1 FxHIRIT n mar 1 nF 9 1 cr & ASSOCIATES, INC. • 7524 JACK CITY PROJ. NO, 101682 1D FILE: UNSAVED DRAWING2.DWG Rai ;ALE: 1" 100' NO SOUTH FORT WORTH, TX. 76118 • 81 OF T RICHARD_ KENNEDY r5527~Qv' M 0 KENNEDY PROFESSIONAL LAND SURVEYOR TEXAS FIRM No. 10106900 424 FAX 817-496-1768 EXHIBIT 13B " PARCEL NO. 4-PWFE LEGEND • END MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT - PROPERTY/RIGHT-OF-WAY LINE - - — EXISTING EASEMENT LINE ------•-------- PROPOSED EASEMENT LINE - SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT DETAIL "A„ NOT TO SCALE LINE TABLE LINE BEARING DISTANCE L-1 N 00'00'00"E 30.00' L--2 N 4339'39"E 21.25' L-3 N 21'09'39"E 95.68' L-4 N 6539'42"E 30.00' L-5 S 24'20'18"E 17.98' L-6 I S 21'09'39"W 72.68' L-7 S 89'42'26"W 40.97' CURVE TABLE CURVEI RADIUS I DELTA CHORD BEARING CHORD ARC C-1 1,056.28' 1'14' 18" 1 S 27'38' 14"E 22.83' 22.83' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 15, i - 1, REVISED FEBRUARY 26, 2020 City Of ForL WVorth 200 TEXAS STREET' • FORT WORTH, TEXAS 76102 I FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMFR O VEMENT S PARCEL NO. 4-PWFE I CITY PROD. NO. 101682 OWNER: BLUE MOUND PARTNERS, L.P. SURVEY: HENRY ROBERTSON SURVEY, ABSTRACT NO, 179E LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 2,828 SQUARE FEET 0R 0.065 ACRES JOB No. KHA_1815.00 I DRAWN 13Y: RK I C GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL RICHARD� KENNEDY °gaF5527 �PvO '`� RICHARD KENNEDY tir` FILE UNSAVED DRAWING2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR 1' = 100' _ _ NO._5527 TEXAS FIRM No. 1 D106900 JTH FORT WORTH, TX. 7611E 817-496-1424 FAX 817-496-1768 ■ ¢.aka. k v D220140249 611712020 11:33 AM PGS 11 Fee: $59.00 Submitter: SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THUS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C101682 CAP FM 156 WATERLINE RELOCATION Parcel # 4 TCE part 1 & TCE part 2 8401 Blue Mound Rd Henry Robertson Survey Abstract 1798 Tract 3H CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 04/15/2020 GRANTOR: BLUE MOUND PARTNERS LP GRANTOR'S MAILING ADDRESS (including County): 7001 PRESTON RD STE # 410 DALLAS, DALLAS COUNTY, TX 75205-1190 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in TARRANT County, Texas, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing WATERLINE RELOCATION. Upon completion of Temporary Construction Easement Rev,20190609 improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall automatically terminate on the earlier of (a) the completion of the improvements and its acceptance by Grantee or (b) 18 months from the start of construction on Grantor's property. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee or 18 months from the start of construction, whichever occurs first. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev. 20190609 GRANTOR: BLUE MOUND PARTNERS LP, a Texas Limited Partnership in By: BL.UIn MOUND PARTNERS GP, LLC, a Texas Limited Liability Corporation, its General Partner Name I6 W - EP(JA Title. GRANTEE. City of F rt Vforth f By (Stgnature). f Dana Burghdoff, Assistant City Ma ger APPROVED AS TO FORM AND LEGALITY aL, � iJun z, zoaoYi:sW�� By (Signature)Mau AWrra : y o coT}- Matt Murray, Assistant City Attorney Ordinance No. 24161 _,_04�..2020 No M&C required ACKNO'NLEUGEMENT S T ATE OF TEXAS 11 COUMTY OF TARRANT § BEFORE ME, the undersigned authority, Nota�j Publi in and for the State of Texas, on this day personally appeared t�rw/ , known to me to be the same person whose name is subscrib to' the fore oing instrument, and acknowledged to me that the same was the act of d7 nd hat he/she executed the same as the act of said the purposes and consideration therein expressed and in the r: �-� GIVEN UNDER MY HAND AND SEAL OF 20 Permanent Water Facility Easement Rev. 2Qi 9QBD9 D G a zz �if� � '•.7322't3.. fin, �`�� ICE this day of State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEORME the undersigned authority, a Notary. Public in and for the State of Texas, on this2 day rsona][y appeared , 64-r of the City ofFM Worth, known to me to be the same person w se name is su scribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of N ary Public in and for the State of Texas ��"P�� ENA rz°�'.. Y SEL RLA �;'• Notary Public. State of Texas ���,F.";�'{ CoAmm. Expires 03-31-2024 ''�rnl,t�s Nptary lb 132422528 Temporary Construction Easement Rev. 201 W609 EXHIBIT "A" FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. 4-TCE TEMPORARY CONSTRUCTION EASEMENT HENRY ROBERTSON SURVEY, ABSTRACT I110_ 1798 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PART ONE Being a 0.118 acre (5,129 square feet) tract of land situated in the Henry Robertson Survey, Abstract No. 1798, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 17.985 acre tract of land conveyed to Blue Mound Partners, L_P_ by Special Warranty Deed dated November 3, 2004 as recorded in Instrument No. D204343302 of the Official Public Records of Tarrant County, Texas, said 0.118 acre (5,129 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 112" iron rod with cap stamped "BEASLEY RPLS 4050" (controlling monument) found for the southeast corner of Block 1 of Creekwood Addition Phase I, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D203167215 of said Official Public Records of Tarrant County, Texas, said 112" iron rod with cap stamped "BEASLEY RPLS 4050" being in the west line of said called 17.985 acre tract of land, in the existing north line of Bailey -Boswell Road, a variable width right- of-way, and in a south line of a 30' Water Line Easement as recorded in Instrument No. D191135847 of said Official Public Records of Tarrant County, Texas; THENCE North 89 degrees 42 minutes 26 seconds East, with the existing north line of said Bailey -Boswell Road and with a south line of said 30' Water Line Easement, a distance of 838.51 feet to a calculated point; THENCE North 00 degrees 00 minutes 00 seconds East, a distance of 30.00 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,006,477.96 and E=2,323,486.65, said calculated point being in a north line of said 30' Water Line Easement; THENCE North 00 degrees 17 minutes 21 seconds West, a distance of 24.12 feet to a calculated point for corner; THENCE North 89 degrees 41 minutes 42 seconds East, a distance of 48.23 feet to a calculated point for corner; THENCE North 43 degrees 39 minutes 39 seconds East, a distance of 6.86 feet to a calculated point for corner; THENCE North 21 degrees 09 minutes 39 seconds East, a distance of 87.72 feet to a calculated point for corner; THENCE North 24 degrees 42 minutes 11 seconds West, a distance of 51.82 feet to a calculated point for corner; (Exhibit "A") Page 1 of 4 THENCE North 65 degrees 17 minutes 49 seconds East, a distance of 19.98 feet to a calculated point for corner in a westerly line of said 30' Water Line Easement, from which a 112" iron rod with cap stamped "BEASLEY RPLS 4050" (controlling monument) found for the northeast corner of said called 17.985 acre tract of land bears North 65 degrees 39 minutes 42 seconds East, a distance of 30.00 feet and North 24 degrees 20 minutes 18 seconds West, a distance of 746.23 feet, said 112" iron rod with cap stamped "BEASLEY RPLS 4050" being the southeast corner of Lot 57X, Block 1 of Creekwood Addition Phase II, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D205060971 of said Official Public Records of Tarrant County, Texas, said 112" iron rod with cap stamped "BEASLEY RPLS 4050" being in the westerly line of FM 156 (Blue Mound Road), a variable width right-of-way; THENCE South 24 degrees 20 minutes 18 seconds East, with a westerly line of said 30' Water Line Easement, a distance of 67.69 feet to a calculated point for the north corner of a proposed Permanent Water Facility Easement, THENCE South 21 degrees 09 minutes 39 seconds West, with a westerly line of said proposed Permanent Water Facility Easement, a distance of 95.68 feet to a calculated point for corner, THENCE South 43 degrees 39 minutes 39 seconds West, with a westerly line of said proposed Permanent Water Facility Easement, a distance of 21.25 feet to a calculated point for the southwest corner of said proposed Permanent Water Facility Easement, said calculated point being in a north line of said 30' Water Line Easement, THENCE South 89 degrees 42 minutes 26 seconds West, with a north line of said 30' Water Liar: Easement, a distance of 59.70 feet to the POINT OF BEGINNING, and containing 5,129 square feet or 0.118 acres of land, more or less. (Exhibit "A") Page 2 of 4 PART TWO Being a 0.038 acre (1,649 square feet) tract of land situated in the Henry Robertson Survey, Abstract No. 1798, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 17.985 acre tract of land conveyed to a Blue Mound Partners, L.P. by Special Warranty Deed dated November 3, 2004 as recorded in Instrument No. D204343302 of the Official Public Records of Tarrant County, Texas, said 0.038 acre (1,649 square feet) tract of, lard being more particularly described by, metes and bounds as follow,: COMMENCING at a 1/2" iron rod with cap stamped `BEASLEY RPLS 4050" (controlling monument) found for the northeast corner of said called 17.985 acre tract of land, said 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" being the southeast corner of Lot 57X, Block 1 of Creekwood Addition Phase 11, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D205060971 of said Official Public Records of Tarrant County, Texas, said 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" also being in the westerly line of FM 156 (Blue Mound Road), a variable width right-of- way and in an easterly line of a 30' Water Line Easement as recorded in Instrument No. D191135847 of said Official Public Records of Tarrant County, Texas; THENCE South 24 degrees 20 minutes 18 seconds East, with an easterly line of said called 17.985 acre tract of land, with the westerly line of said FM 156 and with the easterly line of said 30' Water Line Easement, a distance of 829.59 feet to a calculated point for corner; THENCE South 24 degrees 23 minutes 27 seconds West, a distance of 38.05 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,006,546.25 and E=2,323,613.54, said calculated point being the east corner of a proposed Water Facility Easement, said calculated point also being in a westerly line of said 30' Water Line Easement, said calculated point also being the beginning of a non - tangent curve to the right having a radius of 1,056.28 feet, a central angle of 02 degrees 29 minutes 44 seconds, and whose chord bears South 25 degrees 46 minutes 13 seconds East, a chord distance of 46.00 feet; THENCE Southerly, with a westerly line of said 30' Water Line Easement and with said non -tangent curve to the right, an arc length of 46.01 feet to a calculated point for corner in the westerly line of said FM 156, said calculated point being the beginning of a non -tangent curve to the right having a radius of 90.00 feet, a central angle of 19 degrees 41 minutes 48 seconds, and whose chord bears South 31 degrees 40 minutes 09 seconds West, a chord distance of 30.79 feet; THENCE Southerly, with the westerly line of said FM 156 and with said non -tangent curve to the right, an arc length of 30.94 feet to a calculated point for corner in a north line of said 30' Water Line Easement, from which a 1/2" iron rod with cap stamped "BEASLEY RPLS 4050" (controlling monument) found for the southeast corner of Block 1 of Creekwood Addition Phase I, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D203167215 of said Official Public Records of Tarrant County, Texas bears a chord bearing of South 65 degrees 36 minutes 45 seconds West, a chord distance of 73.49 feet and South 89 degrees 42 minutes 26 seconds West, a distance of 902.22 feet, said 1/2" iron rod with cap stamped "BEASLEY RPLS (Exhibit "A") Page 3 of 4 4050" being in the west line of said called 17.985 acre tract of sand, in the existing north line of Bailey -Boswell Road, a variable width right-of-way, and in a south line of a said 30' Water Line Easement; THENCE South 89 degrees 42 minutes 26 seconds West, with a north line of said 30' Water Line Easement, a distance of 30.07 feet to a calculated point for the southeast corner of said proposed Water Facility Easement; THENCE North 21 degrees 09 minutes 39 seconds East, with the easterly line of said proposed Water Facility Easement, a distance of 72.68 feet to the POINT OF BEGINNING, and containing 1,649 square feet or 0.038 acres of land, more or less. The combined area of Part One and Part Two is 6,778 square feet or 0.156 acres of land, more or less. Notes; (1) A plat of same date herewith accompanies this legal description- (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. April 25, 2019 Revised April 30, 2019 Revised February 26, 202 ,.. �552_ Richard Kennedy 2{•r.s Registered Profession Texas No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 4NEDY (Exhibit "A") Page 4 of 4 #j EXHIBIT "B „ T PARCEL NO. 4-TCR LOT 57X, BLOCK I CREEAWOOD ADDITION PHASE If \\ FND 1/2"IR W/CAP INST. NO. D705060971 ` "BEASLY RPLS 4050" O.P.R_T.C.T. � r .`. _ \ r f CM) 30' WATER LINE EASEMENT U3 q� I INST. NO. D191135847 r ��o, y 6- , 0-P.R.T.C.T. p Q A \ 1 r}g13 EASEMENT AND RIGHT-OF-WAY CIA cs I CROSSTEX NORTH TEXAS GATHERING, L.P. N INST. NO. D207049011 1 Z O I O_P.R.T.C.7. ` `� ,, �, O� k z o o CALLED 17.985 ACRES o - BLUE MOUND PARTNERS, L.P. �A I INST. NO. D204343302 ` r \ \ w 1 0-P.R.T.C.T_ \ , �\ - TEMPORARY L-7 CONSTRUCTION h EASEMENTS:! w 1 5,129 SQ. FT. r� ii9 2� 1 0.118 ACRES Lo a � zwM P. O.B. � �T PART ONE m 1 GRID COORDINATE E'--" Q r Ll 1 1/f-: ___:: N=7,006,477.96 Q . I E=2323,486.65 T--`� o w d 1I1 L-3 I I..-2::; .� a--• -- ---- — ------- L--12 r N 89'42'26"E _ 833.51' PROPOSED PERMANENT P.O. c. BAILEY - BOSWELL ROAD EFACILITY A MEWATERENT PART ONE FND 1/2"IR W/CAP (VARIABLE WIDTH RIGHT-OF-WAY) 100 50 0 100 "BEASLEY RPLS 4050" (CM) _ __ ----------�_�_ _--- SCALE 1N FEET f REVISED FEBRUARY 26, 2020 REVISED APRIL 30, 2019 200 TEXAS STREET" • FORT WORTH, TEXAS 76102 FM 156 FROM US 811287 TO WATAUGA ROAD WATER IMPROVEMENTS PARCEL NO. 4-TCE CITY PROJ. NO. 101682 TEMPORARY CONSTRUCTION EASEMENT'" OWNER: BLUE MOUND PARTNERS, L.P. SURVEY: HENRY ROBERTSON SURVEY, ABSTRACT NO, 1798 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 6,778 SQUARE FEET OR 0,156 ACRES COMBINED JOB No. KHA-1815.00 DRAWN BY_ RK CAD FILE: UNSAVED DRAWING2.DWG DATE: FEBRUARY 26. 2070 FXHIFIIT R PACF 1 OF 3 grJU F7 1" = 1nf1' & ASSOCIATES. INC. (/I-OFT�RD KENNEDYF552i �Q� �p HARD PROFESSIONAL LAND SURVEYOR TEXAS FIRM_ No. 10106900 TX. 76118 • 817---496--1424 FAX 817-495-1768 EXHIBIT "B " PARCEL NO. 4—TCE LOT 57X, BLOCK 1 r ` , N CREEK -WOOD ADDITION PIIAEE II , �g�50 INST. PP.R.T.0 T 60971 D P.O.C. PART TWO FND 1/2"IR W/CAP I "BFASLY RPLS 4050" �1 \ � s G , 1a pqn� o I 30' WATER LINE EASEMENT ` F 4 1 z a q o I INST. NO. D191135847 \ l0 o �zol q EASEMENT AND RIGHT--OF-WAYH I T� % `� �� z z I CROSSTEX NORTH GATHERING, L.P. �✓� 6 INST. NO. D207049011 WI O.P.R.T.C.T. CALLED 17.985 ACRES I ` ,`\ � O BLUE MOUND PARTNERS, L.P. INST. NO. 0204343302 �� 1 I O.P.R.TC.T. z n I PART TWO SEE GRID COORDINATE 1 I N=7,Da6s4s.2s ` ,1` D ETAI L "A Z_ E=2,323,613.54 �� :5 rn I 1 a PROPOSED PERMANENT h 4• 1 a n I WATER FACILITY EASEMENT / 1• TEMPORARY : r o CONSTRUCTION f �:' — EASEMENT - 1,649 SQ. FT. , 0-03B ACRES --- S 89'42'26"W r 902-22' FND 1/2"IR W/CAP BEASLEI' RPLS 4D50" BAILEY - BOSWELL ROAD " (CM) (VARIABLL WIDTH RIGHT---OF--WAY) 100 50 0 100 SCALE IN FEET REVISED FEBRUARY 26, 2020 REVISED APRIL 30, 2019 City - f o vu Flo rth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 FM 156 FROM US 811287 TO WA TA UGA ROAD WATER IMPROVEMENTS PARCEL NO. 4-TCE CITY PROD. NO. 101682 TEMPORARY CONSTRUCTION EASEMENT OWNER: BLUE MOUND PARTNERS, L.P. SURVEY: HENRY ROBERTSON SURVEY, ABSTRACT NO. 1798 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS , I.ASEME-NT AREA: 6,778 SQUARE FEET OR 0.156 ACRES COMBINED JOB No. KHA_11115,00 DRAWN BY: RK CAD FILE. UNSAVED DRAWING2.DW6 ilAIE: FEBRUARY 26, 2020 EKHIBlT B PkGE 2 OF 3 [SCALE! 1" = 100, GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76115 RICHARD KENNEDY 5527�~`�E 0 RICHARD KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR ND. 5527 TEXAS FIRM No. 10106900 817--496--1424 FAX B17-496-1768 I W EXHIBIT B 91 PARCEL NO. 4-TCE LEGEND i I'ND MONUMENTATION (SIZE~ AND TYPE NOTED) O CALCULATED POINT — — -- PROPERTY/RIGHT--OF---WAY LINE --- — — — EXISTING EASEMENT LINE- ---------- PROPOSED EASEMENT LINE —rt— SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT V r F - :-::_-=-::a t N\\ --- L-14 G DETAIL "A" NOT TO SCALE CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 1,056.28' 2'29'44" S 25'46'13"E 46.00' 46.01' C--2 90.00, 19'41'48" S 31'40'09"W 30.79' 30.94' C--3 90.00' 48-11'25" S 65'36'45'W 73.49' 75.70' NOTES: 1. A LEGAL DESCRIPTION OFF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2- BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83 (2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE. REVISED FEBRUARY 26, 2020 �. REVISED APRIL 30, 2019 fto "W-F-f Wo 9 z") City of FL 200 TEXAS STREET • FORT WORTH, TEXAS 76102 1 - FM 156 FROM US 811287 TO WATAUGA ofi . T� ROAD WATER IMPROVEMENTS ,ST PARCEL NO. 4—TCE Icrry PROD. NO. 101682 RICHARD KENNEDY w ........................ __...,.... TEMPORARY CONSTRUCTION EASEMENT 5527 OWNER: BLUE MOUND PARTNERS, L-P. y pF�S51��; SURVEY: HENRY ROBERTSON SURVEY. ABSTRACT NO. 1798 ' —, 'o' -r.•• LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT AREA: 6,778 SQUARE FEET OR D.156 ACRES COMBINED I "aJ. — l [ I [ V PGS13 Fee: $67.00 Submitter. SIMPLIFILE f D22(1122�123 5l291202af0:30AI'+I .i Electronically Recorded by Tarrant County Clerk in Official Public RecordsL 3 �� Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS tidSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER, C101682 CAP Fri! 156 WATERLINE RELOCATION Marcel # 5 IPWFB 620 E Bailey Boswell Rd JAMES P ALFORD ABSTRACT 53 Tract 1 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: `" 245�2,0 GRANTOR: HIiLLWOOD RLD LP GRANTOR'S MAILING ADDRESS (including County): 9000 HILLWOOID PKWY STE 300 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged_ PROPERTY: BEING more particularly descirlbed in the attached Exhibits "A" and "B". Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells. and conveys to Grantee, its successors and a is ns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility" The Facility includes all incidental underground and aboveground attachments, equipment and Permanent Water Facility Easemenl Rev 201966©9 appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility, in no event shall Grantor (I) use the Easement Property in any rn;ahner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems orother improvements installed in violation of the provisions and intended use of this Easement Property. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 Oth anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE; AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together wtli constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLL,OWIMG PAGE] Permanent Water Facility Easement Rev. 20t90609 GRANTOR: HILLti OOD RLD LP, a Texas Limited Partnership By: HILLIAJOOD OPERATING LIP, a Texas Limited Partnership, its Limited Partner By: HILILWOOD SERVICES GP, LLO, a Texas Lteti Liability Corporation, By: Jr- 00- Title GV`j GRANTEE: City of Fort Worth By (Signature)`: (Print Name) APPROVED AS TO FORM AND LEGALITY By (Signature): . (Print Name) Matthew Murray , Title Assistant City Attorney No M&C required_ Ordinance No. 24161-04-2024 ACKNOWLEDGEMENT STATE OF TEXAS § GOUNTY OF TA—MV § BEFORE ME, the undersigned authority,.q Notary Public in and for the State of Texas, on this day personally appeared F'a-CO S. CL14 G - , known to me to be the same person whose name is subscribed to the for oin instrument, and acknowledged to me that the some was the act of ` f t- i; and that he/she executed the same as the act of said W - d K try L- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ ; � day of [Y.J-6lXr, 1 , 20 tl4Nl!! `•-fir ♦ti � SHAivrroN SUSAN DEAR Y Notary Public, State of Texas NotaryPublic in and for the State of Texas "= 04 Comm. Expires 01-22-2022. Notary ID 10036492 PeRnaneittWater Facility Easement ftev. 20190609 ACKNOWLEDCEMEtdT STATE OF TEXAS COUNTY OF TARRANT § BEFORE i111E, the undersigned a , a Not ry Public in and for the St tT ,,as, on this day ers inaily appeared , of the City a: Fort Worth, known to me to be t e me p rson -wholie. name is sLAYscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,2010 $Z9ZZ#Z£i ❑I AjeioN ,NO.40''Oe VZOZ-tE-EQ a,udxg 'urtua �' s a4x01;o ala1S '01 j hfe;oN � 'o r WT day of otary Public in and for the State of Texas a.� ;'r`p'"''• SELENA ALA •r., •+ Notary Public, State of 7gxaa •.� r�,t Comm. Expires 03-31-2024 Notary ID 132422528 Perms rA WSW Facility EaaemeM Rev. 201OMDO ADDENDUM i This Addendum to the foregoing City of Fort Worth Water Facility Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section 'I of the Easement Is hereby deleted and the following is substituted therefor: The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility, This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the fallowing is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across, over or under (but not parallel and overlapping) the Property to such other persons as Grantor i deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences, one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; (b) to landscape the Property; and Grantor and any future owner of the fee title to the Property shall located any such fences, roads, alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided, however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deemed appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, alleys, or utilities cross the facilities within the Property at less than a 00 degree angle without the prior consent of Grantee. The horizontal and vertical location of ail fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls) on the surface of the Property without the written consent of Grantee. Further, Grantor, at its expense, shall have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding propertyfrom damage resulting from Grantee's use of the Property. 6. The Grantee shall not use the Property, or permit use of the Property.by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated, manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate. In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7_ Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a Users use of the Property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the facilities. 8. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows: To Grantor: HILLWOOD RLD, LP 9800 HILLWOOD PKWY STE 300 FORT WORTH, TX 76177 Attention: Legal department To Grantee: The City of Fort Worth, Texas 200 TEXAS STREET Fort Worth, TX 76177 Attention: Assistant City Manager From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. 10. The paragraph in the Easement beginning 'TO HAVE AND TO HOLD is hereby deleted and the following is substituted therefor TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any pars; thereof, by, through or under Grantor, but not otherwise. 11. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. GRANTOR: HILL L!!ii'OOD RLD, LIB, a Texas limited partnership By: Hillwood Operating, L.P., a Texas limited partnership, its general partner Hillwood Services GP, LLC, a Texas limited liability company, I GRANTEE: Clty of Port Worth B Si nature : (Print Name)0 ,Title +tctvv$�o APPROVED AS TO FORM AND LEGALITY By (Signature): �r (Print Name) Matthew Murray , Title Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TAMthWi § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared �12 CL70- , known to me to be the same person whose name 1s subscribed to the foregoink instrument, and acknowledged to me that the same was the act of i I1ta}l? L' LT> and that he/she executed the same as the act of said Wilwoad C LD. J�P for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this AS day of -- -08aACh , 20. b YPrTFi� SHANNON 8USAN DEAR :.. `xor' rNotnry Public, State of Texas i v-*-vf Comm. Expires 01-22-2022 H �``�i+°�,�i.•` Notary ID 10935492 w STATE OF TE) AS COUNTY OF i'ARRA{+!T Notary Public in and for the State of Texas ACKNOWLEDGEMENT V BEFORE ME, the undersiqped authority, Notary Public in and for the State of Texas, on this day personally appeal e J s>us J. CMPA , known tome to be the same person whose a is sub vi Z to a foregoing instrument and acknowledged to me that the same was the act of LA and that he/she executed the same as the act of said far the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this p day of 20 SEl ENA Ai.a N61a Public in and for the State of Texas public, State of Texas as w }v Comm. Expires 03-31-2024 r"'q�il eN" Notary Ill 1324225" EXHIBIT "'A" FM 166 FROM US 811287'TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. 5-PW-F1* PERMANENT WATER FACILITY EASEMENT J. P. ALFORD SURVEY, ABSTRACT NO. 63 , CITY OF SAGINAW, TARRANT COUNTY, TEXAS Being a 0.251 acre (10,919 square feet) tract of land situated in the J. P. Alford Survey, Abstract No. 53, City of Saginaw, Tarrant County, Texas, and being a portion of a called 68.034 acre tract of land conveyed to Millwood RLD, L.P. by Special Warranty Deed dated September 26, 2002 as recorded in Instrument No. D202271883 of the Official Public Records of Tarrant County, Texas, said 0,251 acre (10,919 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod with cap stamped "PELOTON" (controlling monument) found for the west corner of Lot 2X, Block 29 of Creekwood Addition Phase 4, an addition to the City of Saginaw, Tarrant County, Texas as recorded in Instrument No. D214051895 of said Official Public Records of Tarrant County, Texas, Said 5/8 inch iron rod with cap stamped "PELOTON" being in the: southerly line of Lot 35X, Block 23 of Creekwood Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D216275620 of said Official Public Records of Tarrant County, Texas; THENCE South 60 degrees 04 minutes 19 seconds West, with the southerly line of said Lot 35X, a distance of 46.25 feet to a calculated point for corner; THENCE South 73 degrees 36 minutes 58 seconds Vilest, with the southerly line of said Lot 35X, a distance of 151.53 feet to a 518 inch iron rod with cap stamped "PELOTOM" (controlling monument) found for comer; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 135.08 feet to a calculated point for the POINT OF BeGINNING, said calculated point having grid coordinates of N=7,006,910.48 and E=2, 317, 897.19; THENCE South 37 degrees 42 minutes 15 seconds West, a distance of21.26 feet to a calculated point for corner; THENCE South 83 degrees 42 minutes 15 seconds finest, a distance of 68.15 feet to a calculated point for comer; THENCE North 85 degrees 17 minutes 45 seconds West, a distance of 157.13 feet to a calculated point for corner; THENCE South 47 degrees 42 minutes 19 seconds West, a distance of 7.78 feet to a calculated point for corner; THENCE South 01 degrees 12 minutes 19 seconds West, a distance of461.30 feetto a calculated point for comer in the north line of a 30' Water fine Easement chanted to the City of Fort Worth as recorded in Instrument No. 13191135847 of said Official Public Records of Tarrant County, Texas; (Exhibit "A") Page 1 of 2 THENCE South 89 degrees 26 minutes 37 seconds West, with the north line of said 30' Water Line Easemen# a distance of 15.01 feet to a calculated point for corner in the west line of said called 68.034 acre tract of land and in the east line of the BNSI= Railroad (a 100.0' right-of-way), from which a calculated point for the southwest comer of said 30' Water Line Easement and the northwest comer of a called 8.471 acre tract of land conveyed to The City of Saginaw, Texas as recorded in Instrument No. D107016465 of said Official Public Records of Tarrant County, Texas bears .South 01 degrees 12 minutes 19 seconds West, a distance of 30.01 feet, said calculated point being in the north line of Bailey -Boswell road (a variable width right-of-way), and from which a 518 inch iron rod with cap stamped "PATE ENG RPLS 5547" found for the southwest comer of a called 0.772 acre tract of land conveyed to The City of Saginaw, Texas as recorded in Instrument No. D196216841 of said Official Public Records of Tarrant County, Texas bears South 01 degrees 12 minutes 19 seconds West, a distance of 140.82 feet; THENCE North 01 degrees 12 minutes 19 seconds East, with the west line of said called 68.€334 acre tract of land and with the east line of said BNSF Railroad, a distance of 483.40 feet to a calculated paint for the southwest comer of said Lot 35X; THENCE South 85 degrees 17 minutes 45 seconds East, with the southerly line of said Lot 35X, a distance of 165.69 feet to a calculated point for corner; THENCE North 84 degrees 63 minutes 48 seconds East, with the southerly line of said Lot 35X, a distance of 92.98 fleet to the POINT OF BE01MMI , and containing 10,919 square feet or 0.251 acres of land, more or less. Motes: (1) A plat of some date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. August 15, 2019 Revised February 27, 2020 �- �RF 7, f�`i � Egr+.•r. ��iq t .r f ICHA .. I{i"[l NEDY Richard Kennedy Ci Registered Professiona Texas No. 5527 Oorrondona & Associates, Inc. Texas Firm No. 10106900 (Exhibit "A") Pane 2 of 2 i co rt CDC Ono g EXHIBIT 3iltB$4 PARCEL NO 5—PWFE lOT 77 CREEXV00D AD-VITION INST. Yn 1121W78520 ------------------- L-1 I L-12 .. . ...... l' e FWD 6 P .�,.O.B. GRID CWRDMIE LOT 35X 0 ; ,n 14-7.005,91a'Ala OPEN SPA CE PAC REKMNDER QF CALLED 68-OM ACRES to HILLWOOD RLD, L.F. gio LOT 6 LOT 4 I -- I LOT 3 -I-1 -t qm - - PHU. NO. 0202271803 "M S/B'IR WICAP I -J O.P.R.T.C.7. LOT 2 PER MA ' NEfff WATER 17LOCK 29 FArAUrY EASEMENT CREEZVOOD ADDITION LT I i 10,919 so_ m LO PHA SE 4 0.251 ACRES MT, NO. D214f*im MP.R.T.C.T. cr, 120 60 0 120 SCALE IN FEET SEE 3Cr WATER LINE EASEMENT DETAIL "A" CJTY FOR? WaRim INn. NO. D19113M47 • 0.p-R.T-v-T. i ------------------------- I --------------- I L�� - - - - - - - AWT-OF-WAY CALLS) OL772 ACM CALLED a471 Aa=MS THE a" Or SPONAW, TEXAS Tlip Crly OF SAUNA% V-XAS - INST. N& M05210411 1wr. No. mwmam F)AILEY-BOSWELL ROAD .. .............. 1-1 ........ . ... ..... ... ..... .................................. -- ........................ I ........... - .................. ........ ..... ..[VARIABLE WIDTH RIGHT-OF-WAY) ........ . ....... _ ................... .. ................................... .... ................................... .. REVISED FEBRUARY 27. 2020 City Of For-t- worth 200 TEXAS STREET - VOW WORM. TEMS IM02 FN 156 FROM US 811287 TO VATAUCA OF ROAD VAT -ER INPROVEMBNTS q- RICHARD KENNEDY C ion 5527 A PARCEL NO. 5-PWFE crry_ PRQJ. NO, 101682 PERMANENT WATER FACILITY EASEMENT- rmwrp. mi I unnn IN n 1 0 -A suRvLy. J. P. Avmb SURVEY, ABSTRACT NO. 53 LOCATION- CITY OF SAGINAvj, TARN =wy, TEXAS EASEMENT AREA. tO.919 SOUARE FEET OR 0.251 ACRES ICHARD KENNEDY : MWERM KWFESMN& tANO SURVMi I i 0MIMPNO" & ASSOCIALTM. 1140. EXHIBIT 95B �! PARCEL NO. a—PWPR LEGEND e FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT -__ _ PROPERTY/RIGHT-OF-WAY LINE --- --- -- — --- -- EXISTING EASEMENT LINE -------------- PROPOSED EASEMENT LINE t SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT w DETAIL "A" NOT TO SCALE LINE TABLE LINE BEARING DISTANCE L--1 S 60'04'19"W 46.25' L-2 S 73'36'58Vl 151.53' L 3 S 84'53'48 s1 135.08 L-4 S 3742' 15 1V 21.26' L-5 5 83.42 15 N 66.1 a L--6 N 85' 1745W 157.13' L--7 S 47'42'19V 7.78' L-8 5 89'28 37 15.01 L-9 S E711 1ov 30.01' L-10 S 01' 12' 19" 4'! 140.82 L-11 S 65-17.45-E 165.59' L-12 N 84 53 48"E 92.98' NOTES: 1. A LEGAL CESMM54i1 OF SAME DATE HER iFATH ACCO-WAMES THM PLAT. 2. BARING$ AND CDORD) ATES ARE 119UMCED TO THE TEXAS STATE PLANE 000RUMTE SYS". KYO-03 (2011) NUM CUiiML WHE (4202). Aa DISI`AR= AND AR1:A5 SHOWN ARE SURFACE. REVISED FEBRUARY 27, 2020 1 F rtI 200 TEXAS STREET • FORT WORTH. TEXAS 76102 Fm 156 FROM US 811287 TO WATAUGA 01' ROAD WATER IMPROVEMENTS PARCEL NO. 5--PWFE - CCflf PI�QJ. NO. 101602 KENNE.. RlCHARD KCNNEDY PERMANENT WAFER FACILITY EASEMENT ;1.527 v: OWNER: HILLWOOD RLD I_.P. 4 r SURVEY: J. P. ALFORD SU!v O , ADSTRACT NO. 53 LOCATION: CITY OF SAGINAW, TARRANT COUNTY; TEXAS , - EASEMENT AREA: 10,919 SQUARE FEET OR 0.251 ACRES RICHARD EtENNEQY a XfI Nm R - 1$15.W DIiA im ily.6 RK — CAD FILE: S+H1I;*zmTFJw_D PR8FESSMAL LA%D SURVEMR t4l4TE: AIJGUSi 15. 2019 Hl IT a PAtdE 2 OF 2 SCdtiE 1' 1'.. ND. 8527 TE30LS FIf 1o1UB900 GORRONDONA A tLIMMUM INC_. • 7524 4CK FFEWM-L M FWF 4TUStfH TX. 76118 ° 817-406--1424 FAX 8-496-17fM P5 FWFE s Bea -ring Distance '. S 37042'15" W 21.26 S 83042l15" W 68.15 3 N 85017145" W 157.13 S 47042,1.9" W 7.78 S 01012119•1 W 461.30 S 85026137" W 15.01 i N 01.012'1.9" E 483.40 S 85"17145" E 165.59 N 84 * 5314819 E 92.98 Closure IZxxor Distance> 0.0000 Total DLstanoe> 1472.60 SQ.FT.> 10919 ACRES> 0.251 5 T,--- q —.0 I I "&� 1 11 M D220122422 5/2912020 1U0 AM PGS 9 Fee: $51.00 Submitfer: SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson i NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL, PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C1016€32 CAP FM 156 WATERLINE RELOCATION Parcel # 5 TCE part 1 and TCE part 2 r 620 E Balley Boswell Rd JAMES P ALFORD ABSTRACT 53 Tract 1 CITY OF FORT W, ORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: HILLWOOD RLD LP GRANTOR'S MAILING ADDRESS (including County): 9800 HILLWOOD PKIA(Y STE 300 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORT H GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, €orthe consideration paid to Grantor, herebygrant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in TARRANT County, Texas, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing WATERLINE RELOCATION. Upon completion of Tmmporary Con*WWn Easement Rev. 2019060D improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Conch ction Easoment Rey, 201 DOWS GRANTOR: HILLWOOD RLD LP, a Texas Limited Partnership By: HILLWOOD OPERATING LIP, a Texas Limited Partnership, its Limited Partner By: HILLWOOD SERVICES GP, LLC, Texas Limit iability Corporation, ene I rt r By: "0 Title 'jr� VF GRANTEE: Cdy of Fort Worth By (Signature): x� (Print Name)555�5- , Title APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) _ Matthew Murray , Title Assistant City Attorney No M&C required. Ordinance No. 24161-04-2020 ACKHOW, LEDGlaMEHT STATE OF TEXAS � COUNTY OF T '� � § BEFORE ME, the undersigned authority, a ota Public in and for the State of Texas, on this day personally appeareda-e� t l' , known to me to be the saute person whose name is subscribed to the f re oing nstrument, and acknowledged to me that the same was the act of J+ 060 a, L-Il L � and that he/she executed the same as the act of said 11k i viva D, L- _ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thisa day of - --- - 206 V' ,, SHANNON SUSAN DEAR ,Notary Public. State at Texas Comm. Expires 01-22-2022 �'• ran ��``r Notary 10 ] 0935492 a Temporary Construction Easement Rev.20190&a9 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned aL horny, a Nota public in and for the State of Texas, on this day personally appeared JFESUS J. CHAPS, #ram d the City ol Fort Worth, known to me to be the 5asame Orson wh a narne is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that: he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this . *) day of 20 10. 4�1,Jli' SEEN AI.A N ary Public in and for the State of Texas- Notary Publio, Slate of Texas , Comm. ExPfre843-n1-2024 Ne tart' lid 132422528 1ur Temporary Construadan Easement Rev. 20190B09 EXHIBIT `°A" I'M 196 FROM US 81/287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. -TCC TEMPORARY CONSTRUCTION EASEMENT J. Y. ALIFORD SURVEY, ABSTRACT NO. 53 CITY OF SAGINAW, TARRANT COUNTY, TEXAS Being a 0.267 acre (11,630 square feet) tract of land situated in the J. P. Alford Survey, Abstract No. 53, City of Saginaw, Tarrant County, Texas, and being a portion of a called 68.034 acre tract of land conveyed to Hillwood RI D, L.P. by Special Warranty Deed dated September 26, 2002 as recorded in Instrument No. D202271883 of the Official Public Records of Tarrant County, Texas, said 0.267 acre (11,630 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "PELOTOW (controlling monument) found for the west corner of Lot 2X, Block 29 of Creekwood Addition Phase 4, an addition to the City of Saginaw, Tarrant County, Texas as recorded in Instrument No. 0214051895 of said Official Public Records of Tarrant County, Texas, said 6/8 inch iron rod with cap stamped "PELOTON" being in the southerly line of Lot 35X, Block 23 of Creekwood Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D216275620 of said Official Public Records of Tarrant County, Texas; THENCE South 60 degrees 04 minutes 19 seconds West, with the southerly line of said Lot 35X, a distance of 46.25 feet to a calculated point for corner; THENCE South 73 degrees 36 minutes 58 seconds West, with the southerly line of said Lot 35X, a distance of 151.53 feet to a 518 inch iron rod with cap stamped "PELOTON" (controlling monument) found for corner; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 135.08 feet to a calculated paint for the northeast comer of a proposed Permanent Water Facility Easement, THENCE South 37 degrees 42 minutes 15 seconds West, with a southerly line of said proposed Permanent Water Facility Easement, a distance of 21.26 feet to a calculated paint for corner; THENCE South 83 degrees 42 minutes 15 seconds West, with a southerly line of said proposed Permanent Water Facility Easement, a distance of 68.15 feet to a calculated point for corner; THENCE North 85 degrees 17 minutes 45 seconds West, with a southerly line of said proposed Permanent Water Facility Easement, a distance of 137.73 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,006,897.48 and E=2,317,679.20; THENCE South 01 degrees 12 minutes 19 seconds West, a distance of 464.70 feet to a calculated point for corner in the north line of a 30' Water Line Easement granted to the City of Fort Worth as recorded in Instrument No. D191135847 of said Official public Records of Tarrant County, Texas, THENCE South 89 degrees 26 minutes 37 seconds West, with the north line of said 30` Water Line Easement, a distance of 25.01 feet to a calculated point for the southeast corner of said proposed Permanent Water Facility Easement; THENCE North 01 degrees 12 minutes 19 seconds East, with the east line of said proposed Permanent Water Facility Easement, a distance of 451.30 feet to a calculated point for corner; (Exhibit "A") Wage 1 of 2 THENCE North 47 degrees 42 minutes 19 seconds East, with a southeast line of said proposed Permanent Water Facility Easement, a distance of 7.78 feet to a calculated point for corner, THENCE South 85 degrees 17 minutes 45 seconds East, with a southerly line of said proposed Permanent Water Facility Easement, a distance of 19.40 feet to the POINT O BEGINNING, and containing 11,630 square feet or 0.267 acres of land, more or less. Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202). All distances and areas shown are surface. August 16, 2019 Revised February 27, 2020 RICH.4FD K NEDY Gorrondona & Associates, Inc. Texas Firm No. 10106900 (Exhibit "A') Page 2 of 2 EXHIBIT "B PARCEL NO. 5-TCE I : LOT 77 \���� FCAP � ELGTDN- Icu? p`� _ LOT 35JY BLOCK E3 m OPEN SPA CB 0�f SEE CRE.EA70OD ADDITION DETAIL "A" ; &sr. NO. 02IM5520 ' 3 �LIi LIIS ND s 'N ixc� �P.0-. PE4(CA) L-5L-s I — A Ns ,r�aT s PRQPMED . .�3. PERMANENT LOT 4 # crib «wRDnurE FACILITY REMAINDER OF ` - ; � N.7.006 H®7.49 Fas�Is r CALLED 68.034 ACRES t 2,31T,674.20 Hlu.wo�D RI.S?, LP_ INST. MO. D202271993 I FMD 4/e'1R 111/CAt� PELO�mN' i1 00 LOT 2 Te4po k#�Y BLOCK .28 �::• Co ST I >"11 CRAWKWOOD ADDITION J a EAIAElT PH.9SE 4 1 - 11,630 SQ. Fr. Isr N0. b2140.5I8A3 I LIT f S I:_� D.267 A�C(�ES ILP.R.T.CT. 1 i- ! f--c lC-4 SV FND s/a-P w/CAP o. g oa I &I .! - A s��t�� 120 60 120 PERWATER MANENT � SCALE IN FEET I F FACILTY EASEMENT � F;rt.� 30' WATER LINE EASEI�IEMT CITY or mu wRTH INST. NO. D19113as47 L -7 'h � •�� � � '� R]GNT-CF'--IrlllT HIdi1-OF 1Y CALLED IL471 ACRES CAeiTb 0.772 ACRES ............. THE CTTY OF SA61NAw, 7E"s 11-W CITY OF SAGNAVY TEXAS (� INS7 Na DID7016495 INST. ND. Di9621894i B 4[ LE 4 -BOS 11! Bf ELL ROAD O P.R.LCT. tr QP.R.T.C.T. .................... -•-- • I s..................S ......_.................-'---..._....._..._._................_..................----._....................... ... . i =VARIABLE WIDTH RIGHT—OF—WAY} FNb a/fn w/rr PATE [NCO PiPLS 5947' 1 g REVISED FESRUARY 27, 2G20 C 4. fFort Worth 200 TEXAS STREET • FORT WORM TE%aS M02 1 fJ gS� 811287 p� /gyp �i.l� gO y�]WI.L�A TA Cf GA .+t" .�f"�X 156 ROAD R [tt' D �'A TE � IMP b O D` �a ai1Fd,�i 1 a .ii I.] � � ]� RICHARD KENNEDY . ,,..........�.......�. PARCEL NO.5—TCE --- — - -- --- CITY PROJ. NO. 101682 TEMPORARY CONSTRUCTION EASEMENT — —5527; OWNER: HILLWOOD RLD LP. SURVEY,J. P. ALFORD SURVEY. ABSTRACT NO. 53 >z�c�rial�� cirr OF SAGINAW, TARRANT COUNTY, -TEXAS - EASEMENT ARFk4: 11.630 SQUARE FEE' OR 0.267 ACRES _ 6 4!574 JACK NMELL BWUNAND SDUYH HWY WIDWPI TX_ •7N718 0 EXHIBIT !7 19 PARCEL NO. 5—TCR LEGEND ?i-. FNID MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT - - - PROPERTY/RIGHT-OF-WAY LINE - - - - - - EXISTING EASEMENT LINE ---a-----a----- PROPOSED EASEMENT LINE SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT DETAIL "A" NOT TO SCALE LINE TABLE LINE BEARING DISTANCE L-1 S 60'04'19W 4&25 L-2 S 7331V58" W 151.53' L-3 S 84'5348V 135.Q8 L--4 S 3742 15 N 21.26' L--5 S ON42' 15"W 68.15' L-6 N 85' 17'45" W 137.73' L-7 S BW26'37V 25.01' L-8 N 47'4219'E 7.78' L-9 3-8-5-9 7'WE 19.40' NOTES 1. A LEGAL ASCRIPTION DF' SAME DATE KMEWH ACCDMPANIES THIS PLAY. 2_ BEARINGS AND GOORMHATES ARE REFERENCED TO THE TEXAS STATE PLANE WORDINATE SYSMf, NAD-03 (2011). NORTH CENTRAL ZONE (4202), ALL DISTANCES AND AREAS SHOWN ARE SURFAr-E. REVISED FEBRUARY 27, 2020 � 1 i yFort 'V 1� _ 200 TEXAS STREET • FORT WORTH. TEYA$ 76102 FM 956 FROM US 811287 TO WATAUCA 01 ROAD WA TER I PR0VEMENTS PARCEL NO. 5--TCE j CITY PROJ. NO. 101682 RICHARD KENNEDY TEMPORARY CONSTRUCTION_ EASEMENT OWNER: HILLWOOD RLD L.P. =� 5527 a" -y ' ,o,� SURVEY. J. P. ALFORD SURVEY, ABSTRACT NO. 53 LOCATION: CITY OF SAGINAW, TARRANT COUNTY, TEXAS EASEMENT AREA: 11,530 SQUARE FEET OR 0.267 ACRES F2ICFiARD I�ENNEDY JUB No. KHA_1015.00 DRAWN BY: RK I CAD FILE. 51 lW-.EO5 TCE-RDZM% MMERED PRDFFSS1 NAL LAND SLIWEYW DATE AUGUST 16, 2019 E%HIBiT B PAC£ i or 8 1 SCALE: 1' Q 12D' NO. 5527 TEAS f Ro. 1 D105DD0 !OIQRONDRft & ASSOCIATE, INS. . 7524 ,JAM WWI BOULEVARD SOUTH MFrr WQi'fTH, TX. 76118 - 817-438-1424 FAX 517-49S-IM r "yam r v1 1v D220122570 51291202011:18 AM PGS 13 Fee. $67.00 Submitter: SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION F111=" THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER`S LICENSE NUMBER. C101682 CAP FM 156 WATERLINE RELOCATION Pairuel # 6 Pti6i'FE 8020 Black Sumac Drive CREEKWOOD ADDITION BLOCK 23 LOT 35X OPEN SPACE STATE OF TEXAS § § KNOW ALL MIEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: J - 2-5 - 2-0 GRANTOR: CREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION INC GRANTOR'S MAILING ADDRESS (including County): 3000 TURTLE CREEK BLVD DALLAS, DAL,LAS COUNTY, TX 75219 GRANTEE CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County). 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TK 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B„ Grantor, for the Consideration paid to Grantor and other goad and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and PermsnoM Waior FadlRy 1 4& merit Rex 2DI90WR appurtenances, including, but not limited to manholes, manhole vents, lateral fine connections, valves, pipelines, water meters, junction Foxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A' and "Bp attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1 ath anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof_ This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the content requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON' THE POLLMISIG PAGE] Permanent Water Facility Easement Re+u 20190t409 GRANTOR: CREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION, INC., a Texas Non Profit Coriftoratidn By: GRANTEE: City of Fort Worth By (Signature): 1-11�'.. (Print Name) r., Title APPROVED AS TO FORM AND LEGALITY By (Signature): wd (Print Name) —Matthew Murray Title Assistant City Attorney No M&C required. Ordinance No. 24161-04-2020 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF T BEFORE ME, the undersigned authority, I Notary Public in and for the State of Texas, on this day personally appeared _'1 I> 'T- gut tda- _ . known to me to be the same person whose name is subscribed to the foregoing instrument, a wa-h-m' C acknowledged tome that the same was the act of Ae f- M d CA vnt IM10 ice that he/she executed the same as the act of said / _ r th �f)urAos s and consideration therein expressed and in the capacity therein stated. ��rrarn�, GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ 2!� day of " tit��y�yp lir SHANNON SUSAN DEAR `P a afy Public, State of Taxas t �b[44 ubliC !" Gomm, Expirae 01-22-2022 !� Notdify PermaneWWaW Facllky Fasmant _ 0-h"&atA-, Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Try,RybIIc in and for the State of Texas, on this day persona- y appeared , ,_: of the City of F rt Worth, known to me to be the same Verson ose name Is subSGribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fart Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 10 day of 20 _ otary Pu 1ic in and forthe State of Texas SELL ALIA ?lnr�� :Notary Public, State 01 U,94$ , �,,�y k Camm- Expires U3-31.2024 Notary ID 132422528 Nrmanad W atilt Facility Easement Rev, 2DI DOW9 EXHIBIT "A'° FM 156 FROM US 311287 TO WATAUGA ROAD WATER IMPROVEMENTS CITY PROJECT No. 101682 PARCEL NO. 6-PWFE PERMANENT WATER FACILITY EASEMENT J. P. ALFORD SURVEY, ABSTRACT NO.63 LOT 35: , BLOCK 23, GREENWOOD ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a 0.057 acre (2,493 square fleet) tract of land situated in the J. P. Alford Survey, Abstract No. 53, City of Saginaw, Tarrant County, Texas, and being a portion of Lot 35X, Block 23 of Creekwood Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D216275620 of the Official Public Records of Tarrant County, Texas, said Lot 35X being conveyed to the Creekwood Community Homeowners Association, Inc, by Deed without Warranty dated June 28, 2019 as recorded in Instrument No_ D219140364 of said Official Public Records of Tarrant County, Texas, said 0.057 acre (2,493 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod with cap stamped "PELOTONO (controlling monument) found for the west corner of Lot 2X, Block 29 of Creekwood Addition Phase 4, an addition to the City of Saginaw, Tarrant County, Texas as recorded in Instrument No. D214051895 of said Official Public Records of Tarrant County, Texas, said 5f8 inch iron rod with cap stamped "PELOTON" being in the southerly lino of said Lot 35X; THENCE South 60 degrees 04 minutes 19 seconds West, with the southerly line of said Lot 35X, a distance of 46.25 feet to a calculated point for comer; THENCE South 73 degrees 36 minutes 58 seconds West, with the southerly line of said Lot 35X, a distance of 151.53 feet to a 518 inch iron rod with cap stamped °PELOTON" (controlling monument) found for corner; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 135.08 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,006,910.48 and E=2,317,897.19; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 20.45 feet to a calculated point for corner; THENCE North 37 degrees 42 minutes 15 seconds East, a distance of 87.66 feet to a calculated point for corner; THENCE North 48 degrees 57 minutes: 15 seconds East, a distance of 18.81 feet to a calculated point for corner; THENCE North 70 degrees 07 minutes 47 seconds East, passing at a distance of 14.39 feet, a calculated point in the northerly line of said Lot 35X and in the southerly line of Black Sumac Drive (a 50.0' right -of --way), in all, a distance of 70.90 feet to a calculated point for corner in the northerly line of said Lot 35X and in the southerly line of said Black Sumac Drive; THENCE South 19 degrees 55 minutes 57 seconds East, a distance of 15.00 feet to a calculated point for corner; (Exhibit "A") Page 1 of 2 THENCE South 70 degrees 07 minutes 59 seconds West, a distance of 68.11 feet to a calculated point for corner; THENCE South 48 degrees 57 minutes 15 seconds West, a distance of 14.53 feet to a calculated }point for corner; THENCE South 37 degrees 42 minutes 15 seconds West, a distance of 72.29 feet to the POINT OF BEGINNING. and containing 2,493 square feet or 0.057 acres of land, more or less. Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates System, NAD-83 (2011). shown are surface. August 17, 2019 Revised August 21, 2019 Revised February 27, 2020 OF . RICHAR ICE NE Richard Kennedy Registered Professions dd Texas No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 are referenced to the Texas State Plane Coordinate North Central Zone (4202). All distances and areas (Exhibit "A") Page 2 of 2 ,EXHIBIT 99B 97 PARCEL NO. G--PWPP BLOCK 23 / CRL"EKWODD LOi' es LOT 60 ADDITION LOT 70 LOT 73 L INST. NO. D210275520 1LOT72� LOT O.P.R.T.C.T. J LOT 75 LOT 74 �� ��g 4 •f — I i 90 j� CREEIWMOD ColNl,CUNrry 5O o HOMEOWNERS ASSOCIATION, INC. f. LOT 7B ULCLPASSG AT MW INST_ NO, V21914MI54 / yl/ LINE OAT¢D YQlX N NORTHERLY WRL � LINE OF LOTBLACK K S AND SOU'n�ERLY Q•p,$.T.C.T. �1tl LINE oE• mncK SWUC OR FLaooi'I.AN EASEf<4ENT \ k .d (DER PEAT) LOT 77 1 �7 � C ......: L—� Ft7h 5/a'IR H'/FdP �(�� $' 3 y PER1F�fi i `� .; .:: &� �' 35A' 'pnnTaN' [cu) . j Po4Cll�lY I OPEN SPACE EAS —10 2,493 SQ. FT y� grid 0.057 ACRES � ... t�3w+. �"`— R FNd 5J8-IR CF/CAP -PELOTON' (CM) L P. D.B. GRID COORIM ATE N 7,f1DB,ASO:48 E�R.717.&R7.1B 80 40 0 80 SCALE IN FEET MEMO=y,r, . 5 j?,q 0 r / } LOT 5 I .f r, ,'[R►�� \;� LOT 4 Rf1mmom QF CALLM 88-034 ACRES HILLWODA RL.D, LP. INST. NO. D202271883 a.R.R_T_C-T BLOCKY 99 CRII'1 A-FOOb ADD-ITION LOT 3 PHASE 4 INST. NO. DZS4057@45 I� A.PILT.C.7 LOT 2 RMSED FEBRLIA 27, 202-0 REMSED AUGUST 21. 2019 (c-'joty of Fob 20D TEXAS STR£ET • Foft1 WORM. lEX S 70102 x'Af 956 FROM iT8 81/287 TO WATAUGA ROAD WATER IMPROVEMENTS RICHARD KENNEDY 5527 44 1 SUBDIVISION: LOT 35X, BLOCK 23, CREEKKWOOD ADDITION LOCATION: CITY OF FORT %7ORTH, TARRANT COUMY' TEXA EASEMENT AREA: 2.493 SQUARE FEET OR 0.057 ACRES i EXHIBIT „B 99 PARCEL NO rS--.0 WFE LEGEND do FND MONUMENTATION (SIZE AND TYPE NOTFD) 0 CALCULATED POINT - - — PROPERTY/RIGHT—OF---WAY LINE EXISTING EASEMENT LINE --„----- PROP[1SFD EASEMENT LINE SURVEY/ABSTRACT LINE (CM) CONTROLLING MONUMENT LINE TABLE LINE BEARING DISTANCE L--1 S 60'04'19"W 46.25' L-2 S 73'36'5W W 151-53' L-3 S 84'53'48''W 135.08' L-4 S W53'48 Oil 20.45 L-5 N 37'42 15 87.66 L-6 N 48'57'15'E 18.81' L- 7 N 71 Y07'47'E 70.90 L-8 S 19`55'57"E 15.00' L-9 5 70'1)7 59 J f$.11' L-10 5 4&571371 14.53' L-71 5 3T42'15"YV 72.29' NOTES: 1. A LEGAL DESCRIIMON OF &AME DATE HIEREWRH ACCOMPANIES T}GS PLAT 2. W-0 ! $ AND COORDIWES ARE REUtOED TO THE YEW STATE PLANE ODDRDNATE SYSTM NAB—Z (2D11), NORTH CENTRAL ZONE (42D2). ALL DISTANCES ANp AREAS SFi0' N ARE SURFACE. REVISED FEBRUARY 27. 2020 REVISED AUGUST 21, 2019 ".wo(7itlz -of Fort Worth 200 TEXAS STREET + FORT WORT}!. TEXAS 761D2 a-T FM 156 FROM US 611287 TO WATAUGA ROAD WATER IMPROVEMENTS B-PWFE C" PROJ. NO. 1016132 . LATER F'ACILII Y EASEMENT ) KEN EDY RICFiARO KENNEDY KWOOD CDMMUNIFY 140MEOVINERS ASSOCIATION INC. - - -- AIFORD SURWY ABSTRACT NO. 53 � ':°.� 5527 �vr LOT 35X, BLOCK 23, CREEKWOOD iAbDITION Y OF FORT WORTH. TARRAN'i COUNTY, TEXAS FAA. 2,493 SQUARE FEET OR O.D57 ACRES _ iCF1ARD KENIYEDY ? ism K CAD LTLE: SN1ISIEM pROFMSK*VL LAW SLA31/t; A ', 2019 1 SCALE: r ® w IM, 27 TE74P►S FIRM No. 101DW00 '. 1 A, A��OCIAiES,. Elm- w 7S2,4 .1 M ►URELL. 4WEVAR0 WRITd FQ!TF MJOR%44 IX- 7611LI 817-44A_.1,CIA R`P � ',F—sgn�lTac T f_f}711*101t1"rI This Addendum to the foregoing City of Fort Worth Water Facility Easement (the "Easement") modifies the Easement as follows: Notwithstanding any provision in the Easement to the contrary: 1. The second sentence of Section 9 of the Easement is hereby deleted and the following is substituted therefor - The Facility includes all reasonable and customary incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across the Property more fully described in Exhibit "A" attached hereto and incorporated herein for all purposes, together with the right and privilege at any and all times to enter the Property or any part thereof for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. This grant and conveyance is made subject to all matters of record affecting the Property. 2. The last sentence of Section 2 of the Easement is hereby deleted and the following is substituted therefor: Provided, however, that Grantee shall not be obligated to restore or replace improvements installed in violation of the provisions of this Easement. 3. The Easement is not assignable by Grantee without the prior written consent of Grantor, which consent shall not be unreasonably withheld. 4. Grantor reserves and retains the right to grant other rights and easements across, over or under (but not parallel and overlapping) the Property to such other persons as Grantor deems proper, provided such other grants do not interfere with the use of the Easement by Grantee for the purpose set forth herein. Notwithstanding anything to the contrary, Grantor and any future owners of the fee title to the Property and their designees shall retain the following rights with respect to the Property: (a) to build fences, one or more roads, driveways, alleys, and to construct underground utilities across, over and under the Property; (b) to landscape the Property; and Grantor and anyfuture owner of thefee title to the Property shall iocatea any such fences, roads, alleys, or utilities crossing Grantee's facilities within the Property at an angle of approximately 90 degrees; provided, however, the crossing angle of such improvements with the facilities may be reduced to no less than 60 degrees to the extent such reduction is deerned appropriate or desirable by Grantor or such future owners of the Property in their sole discretion, but in no event shall such fences, roads, alleys, or utilities cross the facilities within the Property at less than a 60 degree angle without the prior consent of Grantee. The horizontal and vertical location of all fences, roads, alleys, or utilities or landscaping improvements within the Property shall be subject to reasonable minimum horizontal and vertical clearance requirements of the Grantee. The right of Grantor and any future owners of the Property to landscape the surface of the Property as set forth above shall not give Grantor and any future owners of the Property the right to place hardscape (such as fountains, walls and retaining walls) on the surface of the Property without the written c nsent of Grantee. Further, Grantor, at its expense, small have the right to relocate any facilities installed pursuant to this Easement provided that the level of service provided by such facilities at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof. 5. Grantee shall repair any damage to improvements on the Property or surrounding property and restore the surface of the Property and surrounding property from damage resulting from Grantee's.use of the Property. 6. The Grantee shall not use the Property, or permit use of the Property by any other person, in a manner that violates applicable laws or regulations or constitutes a hazard to the health, safety and/or welfare of the public. Except for the normal use of fuels, lubricants, chemicals required to install said public utilities and their normal byproducts of use, the Grantee shall not, and shall not permit any of its employees, agents, contractors, subcontractors, suppliers or invitees to generate, manufacture or dispose of on or about the Property any hazardous substance. If Grantor in good faith believes that a hazardous substance may have been generated, manufactured or disposed of on or about the Property by the Grantee or any of its employees, agents, contractors, subcontractors, suppliers or invitees, Grantor may have environmental studies of the Property conducted as it deems appropriate, In the event such studies reveal that a hazardous substance has been generated, manufactured or disposed of on or about the Property, except as noted above, the cost of such studies shall be paid by Grantee. 7. Except with regard to those arising from the gross negligence or willful act or omission of Grantor, Grantor shall not be responsible for any claims, suits, losses, liability, costs and expenses from a User's use of the property. A "User" is defined to include any person, other than the City, providing materials or service in connection with the design and construction of the facilities. $. All notices required or permitted hereby shall be in writing and become effective after being deposited in the U.S. mail, certified or registered with appropriate postage prepaid or, if delivered by some other manner, when actually received. Notices to the parties shall be addressed as follows. To Grantor: CREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION INC 3000 Turtle Creek Blvd. Dallas, Texas 75219 Attention: Kim Comiskey To Grantee: The City of Fort Worth, Texas 200 Texas Street Fort Worth, TIC 76177 Attention: Assistant City Manager From time to time a party may designate a new address for the purpose of receiving notices hereunder by giving notice of its new address to the other party in the manner provided above. 9. This grant of the Easement shall automatically terminate and revert to Grantor or its successors in interest upon abandonment by Grantee or when the Property ceases to be used exclusively for the purposes permitted herein. 15. The paragraph in the Easement beginning "TO HAVE AND TO HOLD" is hereby deleted and the following is substituted therefor. TO HAVE AND TO HOLD the above -described premises, together with all and singular, the rights and appurtenances thereto in anywise belonging, unto Grantee, its successors and permitted assigns, forever. Grantor does hereby bind itself, its successors and assigns, to warrant and forever defend, all and singular, the said premises, subject to all matters now of record affecting said premises, unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any.part thereof, by, through or under Grantor, but not otherwise. 11. In the event of a conflict between this Addendum and the Easement, the provisions of this Addendum shall control. GRANTOR: GREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION, INC., a Texas Non P t O rporatian PY•. GRANTEE: City of Fort Worth By (Signature): (Print Name) Title APPROVED AS TO FORM AND LEGALITY By (Signature): ''t T (Print Name) Matthew Murray , Title Assistant City Attorney STATE OF TEXAS COUNTY OF �� ACKNOWLEDGEMENT 0 BEFORE ME, the undersigned authority.. a Notary Public in and for the State of Texas, on this day personally appeared Z'./- , known to me to be the same person whose name is subscribed to the foreaoina instrument. and acknowledged to me that the same was the act c that he/she executed the same as the act of said and consideration therein expressed and in the c and ,-yx"sor me purposes socta&y- , :r,C. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �' day of — O.d kh , 20,. SHANNON SUSAN DEAR ..v Notary Public, state of Texas n comfn. Expires Oi-22-2D22 Notary 1D 10935492 of STATE OF TEXAS COUNTY OF TARRANT Is ----) Notary - is in and for the State of Texas�� Lam- CtKNOIRILEDG EMENT 0 BEFORE ME, the undersigned authori , a N tary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name N sdbscribed to the regoing instrument, and ' --,- acknowledged to me that the same was the act of Y�tr. u F h - a� d r that he/she executed the same as the act of said ,p� �nt�. the purposes and consideration therein expressed and in the capaci y therein stated. 9e•� GI UNDER MY HAND AND SEAL OF OFFICE this day of 20. 41 otary Public in and for the Slate of eras SELENA ALA e� Notary Public. State of Texas :• 'VZ Comm. Expires 03 32-2024 Notary ID 132422529 rM D220122569 51291202011:18 AM PGS 13 Fee: $67.00 Submitter. SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records --,�, 4--e---� fo I Mary Louise Nichnl5nn NOTICE OF CONFIDENTIALITY RIGHT'S: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. C101682 CAP FiA 156 WATERLINE RELOCATIOI►! Parcel # 6 TCE part 1 and TCE part 2 8020 Flack Sumac [Drive CREEK VOOD ADDITION BLOCK 23 LOT 35X OPEN SPACE CITY OF FORT ►_NORTF# TEMPORARY CONSTRUCTION EASEMENT DATE, 2-6 GRANTOR: CREE�fOOD COMMUNITY HOMEOWNERS ASSOCIATION INC GRANTOR'S MAILING ADDRESS (inciuding County): 3000 TURTLE CREED BLVD DALLAS, DALLAS COUNTY, TX 75219 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County). 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, -rX 76102 CONSIDERATION. Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY., BEING more particularly described In the attached Exhibits "AN'and "B" Grantor, forthe consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibits °A" and "B", attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing Waterline Relocation. Upon completion of TemporaryConatrLeCon Easement Rev. 2R98MS improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to wan --ant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof_ This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the contend requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Gonstrudion Easemerrt Rev. 2019OW9 GRANTOR: CREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION, INC., a Texas Non Profd Corporation RMUTHIR 4 *Y-41 GRANTEE: City of Fort Worth --: By (Signature): (Print Names. . Title (* APPROVED AS TO FORM AND LEGALITY By (Signature): ��rrr iut�tctry �,� (Print Name) Matthew Murray , TitleAssistant City Attorney No M&C required. Ordinance No. 24161-04-2020 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF 14NW § BEFORE ME, the undersigned authority, a Ntary Public in and for the State of Texas, on this day personally appeared 3EIKz 0_T. l &,. --- , known to me to be the same person whose name is subscribed to the fa egoing instrument, an acknowledged to me that the same was the act oft Kwaal &:Dv;,,tvt6 cr Whe/she executed the same as the act of said I hr,_?bfs t' antfo¢u -, for the ses and consideration therein expressed and in the capacity therein stat�''�a''��'�,� GIVEN UNDER MY HAND AND SEAL_ OF OFFICE this 6day of I��ar NN N` (JSAN D_" ' Notary Pubiic in and for the State of Texas SEEAN[dON $USAN DEAR �i S=kotary Publie, State of Texas Cormrt. Expires 01-22-2022 Notary ID 10935492 TernpWryCanstrLEtian Easement Rev. 2Ut OM STATE OF TEXAS COUWTY OF TARRANT § BEFORE ME, the undersig ACKNOWLEDGEMENT ,a and for the State of Texas, on this day a onall appear;r to V. , 11,04 of the City of Fort rth, known to me to be the same p6rson w name is s0scribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 6 day of f20 otary Public in and for the State of Texas SELENA ALA 1A Notary Public, State ni Texes, Comm. Expires 03-31-2024 Not sry IA 132422528 Temporary Construction Easement Rev_ 2d1906d8 EXHIBIT "A" FM 156 FROM US 811287 TO WATAUGA RDAs WATER IMPROVEMENTS CITY PROJECT NO. 101682 PARCEL NO. &TCE TEMPORARY CONSTRUCTION EASEMENT J. P. ALFORD SURVEY, ABSTRACT NO- 63 LOT 3sX, BLOCK 23, GRF-EKW00D ADDITION CITY OF FORT WORTH, TARRAjNlT COUNTY, TEXAS PART ONE Being a 0.101 acre (4,406 square feet) tract of land situated in the J_ P_ Alford Survey, Abstract No. 53, City of Saginaw, Tarrant County, Texas, and being a portion of Lot 35X, Black 23 of Creekwood Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D216275620 of the Official Public Records of Tarrant County, Texas, said Lot 35X being conveyed to the Creekwood Community Homeowners Association, Inc. by Deed without Warranty dated ,Tune 28, 2019 as recorded in Instrument No. D219140364 of said Official Public Records of Tarrant County, Texas, said 0.101 acre (4,406 square feet) tract of land being more particularly described by metes and bounds as follows, COMMENCING at a 6/8 inch iron rod with cap stamped "PELOTON" (controlling monument) found for the west corner of Lot 2X, Block 29 of Creekwood Addition Phase 4, an addition to the City of Saginaw, Tarrant County, Texas as recorded in Instrument No. D214051895 of said Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "PELOTON" being in the southerly line of said Lot 3SX; THENCE South 60 degrees 04 minutes 19 seconds West, with the southerly line of said Lot 35X, a distance of 46.26 feet to a calculatod point for corner; THENCE South 73 degrees 36 minutes 58 seconds West, with the southerly line of said Lot 35X, a distance of 151.53 feet to a 518 inch iron rod with cap stamped "PELOTON" (controlling monument) found for corner; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 101.01 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,005,913.51 and E=2,317,931.13; THENCE South 84 degrees 53 minutes 48 seconds Vilest, with the southerly line of said Lot 35X, a distance of 34.08 feet to a calculated point for the southeast corner of a proposed Permanent Water Facility Easement; THENCE North 37 degrees 42 minutes 15 seconds East, with a southeasterly line of said proposed Permanent Water Facility Easement, a distance of 72.29 feet to a calculated point for corner; THENCE North 48 degrees 57 minutes 15 seconds East, with a southeasterly line of said proposed Permanent Water Facility Easement, a distance of 14.53 feet to a calculated point for corner; (Exhibit "A") Page 1 of 4 THENCE North 70 degrees 07 minutes 59 seconds East, with a southeasterly line of said proposed Permanent Wafer Facility Easement, a distance of 68.11 feet to a calculated point for comer, - THENCE North 19 degrees 55 minutes 57 seconds West, with an easterly line of said proposed Permanent Water Facility Easement, a distance of 15.00 feet to a- calculated point for the most northerly corner of said proposed Permanent Water Facility Easement, said calculated point being in a northerly line of said Lot 35X and in the southerly line of Black Sumac Drive (a 50.0' right-of-way); THENCE North 70 degrees 67 minutes 44 seconds East, with a northerly line of said Lot 35X and with the southerly line of said Black Sumac Drive, a distance of 25.00 feet to a calculated point for corner; THENCE South 19 degrees 55 minutes 57 seconds East, a distance of 40.01 feet to a calculated paint for corner; THENCE South 70 degrees 07 minutes 59 seconds West, a distance of 88.47 feet to a calculated point for corner; THENCE South 48 degrees 57 minutes 15 seconds West, a distance of 7.40 feet to a calculated point for corner; THENCE South 37 degrees 42 minutes 15 seconds West, a distance of 46.67 feet to the POINT OF BEGINNING, and containing 4,406 square feet or 0.101 acres of land, more or less. {E)(hibit "A") Page 2 of 4 PART TWO Being a 0.143 acre (6,208 square feet) tract of land situated in the J_ P. Alford Survey, Abstract No. 53, City of Saginaw, Tarrant County, Texas, and being a portion of Lot 35X, Block 23 of Creekwood Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Instrument No. D216276620 of the Official Public Records of Tarrant County, Texas, said Lot 35X being -conveyed to..the_Creekwood-Community Homeowners Association, Inc. by deed without Warranty dated June 28, 2019 as recorded in Instrument No. D219140364 of said Official Public Records of Tarrant County, Texas, said 0.143 acre (6,208 square feet) tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod with cap stamped "PELOTON" (controlling monument) found for the wrest corner of Lot 2X, Block 29 of Creekwood Addition Phase 4, an addition to the City of Saginaw, Tarrant County, Texas as recorded in Instrument No. D214051895 of said Official Public Records of Tarrant County, Texas, said 518 inch iron rod with cap stamped "PELOTON" being in the southerly line of said Lot 35X; THENCE South 60 degrees 04 minutes 19 secoflds West, with the southerly line of said Lot 35X, a distance of 46.25 feet to a calculated point for corner; THENCE South 73 degrees 36 minutes 58 seconds West, with the southerly line of said Lot 35X, a distance of 151.53 feetto a 518 inch Iran rod with cap stamped "PELOTON" (controlling monument) found for corner; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 155.53 feet to a calculated point for the POINT" OF BEGINNING, said calculated point being the southwest corner of a proposed Permanent Water Facility Easement, said calculated point having grid coordinates of N=7,006,908.66 and E=2, 317, 876.83; THENCE South 84 degrees 53 minutes 48 seconds West, with the southerly line of said Lot 35X, a distance of 72.53 feet to a calculated point for corner; THENCE North 85 degrees 17 minutes 45 seconds West, with the southerly line of said Lot 35X, a distance of 166.59 feet to a calculated point for the southwest corner of said Lot 35X, said calculated point being in the west line of a called 68.034 acre tract of land conveyed to Hillwood RLD, L.P. as recorded in Instrument No. D202271883 of said Official Public Records of Tarrant County, Texas, and in the east line of the BNS1= Railroad (a 100.0' right-of-way); THENCE North 01 degrees 12 minutes 19 seconds East, with the west line of said Lot 35X and with the east line of said BNSF Railroad, a distance of 25.05 feet to a calculated point for corner; THENCE South 85 degrees 17 minutes 45 seconds East, a distance of 164.97 feet to a calculated point for corner; THENCE North 84 degrees 53 minutes 48 seconds East, a distance of 93.54 feet to a calculated point for corner in a northwesterly line of said proposed Permanent Water Facility Easement; THENCE South 37 degrees 42 minutes 15 seconds West, with a northwesterly line of said proposed Permanent Water Facility Easement, a distance of 34.08 feet to the POINT OF BEGIN I'+ ING, and containing 6,208 square feet or 0.143 acres of land, more or less. (Exhibit "A") Page 3 of 4 Notes: (1) A plat of same date herewith accompanies this legal description. (2) Bearings and coordinates are referenced to the Texas State Plane Coordinate System, NAD-83 (2011), North Central Zone (4202).: All distances and areas shown are surface. The combined area of Part One and Part Two is 10,614 square feet or 0.244 acres of land, more or less. August 17, 2019 Revised August 21, 2019 Revised February 29, 20P�, 6f � RiC Richard Kennedy Registered Professiona , Texas No. 5527 Osrrondona &Associates, Inc. Texas Firth No. 10106900 (ExWbit "A') Page 4 of 4 PARCEL NO 6--TCE _-A- __ \t BLOCK23 � LOT Bs LOT 68 ADDITION ItlST, N0. U216275620 � •Lfl T 78 LOT 72 1 LOT 71 D.P.R.T.C.T. LOT 75 LOT 74 of— PQ NI REEKIIl ( D COMMUNITY �54 •�- HOMEOWNERS ASSOCIAl'10N, INC. i �Q i INST. NQ DY7>#140364 l Pkot'os�U o,,, O_P_kT,CT, Y. — `• PEWwmATM ! FLVdAPWF! FIMARAJETaT 7WI-` ��� PE11 mmv TEMPORARY Ms"Effr ;1 CONSTRUCTION Fr+u sfa � wlcpp � 0 p i; LOT 77 r7 ,rra..::::2 EASEMENT •panroN- {CRC) �' PART ONE 0�� 4.408 SO. FT, ou. D.101 ACRES LOT 35X �1`:y�L-12 OPEN SPACE , P.O.C. LOT S PART ONE � P.O.B. SO - - PART ONE �' p.1� ��Q. �� GRID mare � -� \ LOT 4 H,7,005046,91913.51 E-2.317.931.13 i REM '"DER OF \ � _- CALLED 68.034 ACRES HILLIWGD RLD. LP. DIST. NO. 1170227 3 BLOCK 28 CREEKWOOD ADDITION LOT 3 PHASE 4 IMT. NO. 0214135111195 I 80 40 0 80 O,PJ%T.C.F_ _ LOT 2 SCALE 1N FEET I REVISED FEBRUARY 29, 2020 DEVISED AUGUST 21, 2019 I _ Fort Worth I 20D TEXAS STREET • FORT Y1WM. MuS 76102 FM 156 FRON US 811287 TO WATAUGA OF 'EL NO. 6—TCf CITY PRbJ. NO. 901602 fIl1 20RARY CONSTRUCRON EASEMENT RICHARD KENNEDY ER: CREEKWOOD COMMUNITY HOMEOWNERS ASSOCIATION, INC. VEY. J. P. ALFORD SURVEY ABSTRACT N0. 53 31VISIGN., LOT 35X. _BLACK 23, CREEKWOOD ADDrWN ITiDN: CITY OF FO#2T WORTH, TARRANT couNiY. TEXAS :MENT AREA: 10.614 SCMRE FEET OR 0.244 ACRES COMBINED ........ __ . �..... _.. T ELMVEYOR no Q a QI M Q � of QI I I I EXHIBIT ,9B 9: PARCEL NO. 6--2'CL' r 1 r D OCIL 23 C'RR.�iKWOOD r r } } -- �' LOT 3X ADDITIONOPE �i _ IN51- NO- d21527562© �+ n]pSl/w E 0-P-1tT-C.T. �, iA 1 N •:` y LOT 75 � 6F �t LOT 78 rf �r�4 p� ragG3sa I ►( PROPOS EDPERMMUff �,G , `ENT � - - LOT' 77 � � �� � - � LOODFAGE"N � EL W-I C OER PLAT) LOT 35X OPEN SPACE .LOT 5 5 I TEMPORAW CONS=�:� ... EMEWY PART TWO pmr -m GRID COORDINATE 6,20H SO. FT. 0.143 ACRES N=7,046,908.65 E=2,317,876.83 100 50 0 100 SCALE IN FEET �t y BLOCK .29 I � CREENTO D A:13l MON I � REMAINDER OF CALLED 68.034 ACRES PHASE 4 I I ai HLLWOOd RLD. L.P. IM. ND. D2140SIO95 INST. NO. 122132271883 O.P•R.T.C.T. O.P.R.T.C.T. I C� 14 's, REVISED FEBf VARY 29, 2020 REVISED AUGUST 21. 2019 City Fort Worth god TEMS STREET • FCRT WORTH, TOGAS 75102 ROAD WATER IMPROVEMENTS XL NO. 6—TCE I CI7Y PROD. NO. 1016B2 kq RICHARD KENNEDY 5527 �r- ��ia�'FC 4 SQUARE FEET W. nrv-__ioi,7.UV 17IWf7irl ni: RR t.rpi r'i 7r�im.J.6Vq. --r— mw&'ukyw RIMISI PZFESSI01�A S,L ft-YOP'� A11G1iSf 47. 4D1$ I!(IT @ PhWE 2 OF 3 SCALE: V � tOt}' NO. 35F7 IEM Fled+ Na. tO1bi�Wk71!f 191 DOM k A590CATIM M. * 7W4 aM I�EVErL BdLILEVMIi S0"i dots Mm 1 . 1417.-a9g—JAOA FAA AIT •ens—V)x EXHIBIT S!B 94 PARCEL JV0. 6--TCE LEGEND FND MONUMENTATION (SIZE AND TYPE NOTED) 0 CALCULATED POINT --PROPERTY/RIGHT—OF—WAY /RIGHT—OF—WAY LINE EXISTING FASEMIENT LINE — — — — — — — — PROPOSED EASEMENT LINE —Fr— SURVEY/A135TRACT LINE (CM) CONTROLLING MONUMENT l.-9 N 7U U7-44-'E 25.00- L-10 S 19 55'57'E 40M' L--11 S M07 59 81}.47 L-12 S W5 15 7.4V L-13 S 37-4215 46.67 L-14 S 04'53 48"1N 155.53' L-15 S 84'53'48'W 72.5X L-1 B N W I 745W 155.59 L-17 N or12 99"E MOW L-16 S E3517'45"E 1 G4.97' L--19 N 8W53 48`°E 93.54' L-201 S 37*42 15 V 1 34.08 NOTES: I. A LECA.L DES PTION OF SAME MATE HERE711TH ACCOMPANfES THIS PIAT. 2. SEW= AND COORDINATES ARE MWOW CED TA THE TEXAS STATE PLANE £OORDM'FE STSW. NAB-0 (2011). NOIi[Ff CENTRAL ZONE (4=), ALL DETANCFS AND AREAS SHMM ARE RFACE i s REViSED FE13RUARY 2-9, 2020 REWSED AUGUST 21, 2019 J Fort Worth 200 TFXA5 STREET - FORT WORTH, TEXAS 79102 FM 156' FROM US S �/,� 8 �' TO WA TA UGA - - - OF ROAD WATER IMPROVEMENTS p, ��sr�;�•. � J. CITY PROJ. NO. 101682 ICNARD KENNEDY 5527 SUBDIMID3W LOT 35X, BLOCK 23, CREEKWOOD ADDITION ,h� �r LOCMON: CI1Y OF FORT NtORTH, TARRANT COUNTY, TEXAS AREA: 1 VAIRDL TX. 7911E • LAWn SUMVI' i j .ante-17gI� I I I GC-4o02 Subsurface and Physical Conditions THIS PACE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Watcr Improvemads STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. t01682 Revised July 1, 2011 GEOTECHNICAL ENGINEERING STUDY WATER AND SEWER LINE RELOCATIONS FIVI 156 -- US 287 TO WATAUGA ROAD FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. May 2019 PROJECT NO. 103-18-304 14' Cm,"J ENGINEERING9 INC. May 22, 2019 Report No. 103-18-304 Kimsey -Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102--6803 Attn: Mr. Carl T. DeZee, P.E. GEOTECHNICAL ENGINEERING STUDY WATER AND SEWER LINE RELOCATIONS FM 166 — US 287 TO `PVATAUGA ROAD FORT WORTH, TEXAS Dear Mr. DeZee: 7636 Pebble Drive Fort Worth, Texas 76118 wwaccmjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 17-6400 dated March 8, 2017. The geotechnical services were authorized via Standard Agreement for Professional Services with Kimley-Horn Individual dated November 1, 2018, executed by Mr. Scott R. Arnold, P.E., Assistant Secretary of Kimley--Horn and Associates, Inc. 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 Kimley-Horn and Associates, Inc. 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 FfRm 12EGISTRATION No. F-9177 ' Matthew W. Kammerdiener, P.E. Project Engineer Texas No. 127818 7R J f Jas Sappington IV, P.E. . 97402 copies submitted: (2) Mr. Carl T. DeZee, RE.; Kimley-Horn and Associates, Inc. (mail and email) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION--------------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------2 3.0 SUBSURFACE CONDITIONS --------------------------------------------------------- -------- --------------------- 4 4.0 VAULT FOUNDATIONS ------------------------------------------ _------------ ----------------------- ---------------- 6 5.0 BELOW GRADE WALL. RECOMMENDATIONS ---------------------------------------------------------------- 9 6.0 TRENCH l BORE EXCAVATIONS -------------------------------------------------- — --------------------------- 12 7.0 EARTHWORK ------------------------------------------------------------------- ------------------------------------- 16 8.0 CONSTRUCTION OBSERVATIONS--_____________....__..__..-__.._..______-___--____-----------_-------------_------ 18 9.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 18 APPENDIX A Plate Planof Borings ---------- ------------------------------------------------------------------------------------------ A.1A — A.1 u Unified Soil Classification System -------- -------------------------------------------------------------------------------A.2 Key to Classification and Symbols --------------------------------------------------------------------------------------- A3 Logsof Borings-------------------------------------------------------------------------------------------------------A.4 —A. 9 Particle Size Distribution Reports---------------------------------------------------------------------------- A.10 — A.12 Free Swell Test Results---------------------------------------------------------------------------------------------A.13 APPENDIX IB Cerchar Abrasiveness Test R Slake Durability Test Reports Plate -- B.1 -- B.6 B.7 -- B.12 1.0 INTRODUCTION 1.1 General The project, as currently planned, consists of water and sanitary sewer relocations associated with TXDOT's FM 156 roadway expansion from US 287 southward to Watauga Road in Fort Worth, Texas. Multiple crossings by bore and below -grade vaults are planned. The project vicinity and approximate locations of exploration borings are illustrated on Plates AAA and A.113, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, provide comments on general excavation, develop recommendations for the type or types of foundations suitable for the project, and provide earthwork recommendation's. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structures could change. The recommendations contained in this report are based on data supplied by Kimley- Horn and Associates, Inc. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 9. All plates and large tables are contained in Appendix A. The alpha --numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-18-304 CMJ ENGINEERING, INC. 1 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATIONAND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by six (6) vertical soil borings drilled to a r depth of 20 feet below existing grades. The borings were drilled using hollow -stem or continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1A and A.1 B. Borings B-1, B-2, B-3 and B-6 were converted to monitor wells after drilling in order to observe ground -water levels at 30 days following drilling completion. Upon arrival on -site to perform the 30- day ground -water reading, the B-2 monitor well was found to be vandalized and removed from the ground. Therefore,, the 30-day ground -water measurement was not possible at the B-2 location. 5 The boring logs are included on Plates AA through A.9 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 f 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+, Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split -barrel (split -spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split -spoon sampler into the material. The number of . Report No. 103-18-304 eMJ ENGINEERING, INC. 2 blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. To evaluate .the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely failing 24 inches. This results in 340 foot --pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or 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. In select borings, continuous coring was performed at selected intervals in rock and rock -like materials using an NW (formerly NX) size, double -tube core barrel. This core barrel produces a nominal 2-inch diameter core sample. The core recovery and Rock Quality Designation (RQD) in percent are included in the appropriate column on the logs of borings. The recovered percent is presented first for each core run and the RQD percent is presented immediately beside the recovered percent, in the adjacent column. 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 particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The particle size analyses are presented on Plates A.10 through A.12, Particle Size Distribution Reports. Report No. 103-18-304 CMJ ENGINEERING, INC. 3 Free swell testing was performed on selected samples of the cohesive soils. The swell tests were used in determining the expansive soil response of the clay soils. The results of the swell tests are G provided on Plate A.13. Cerchar abrasivity tests (ASTM D7625j and slake durability }tests (ASTM D4644) were also performed on select recovered rock core samples. These tests are provided for the tunnel/bore contractor's informational use. The results of the Cerchar abrasivity and slake durability tests are presented in Appendix B. 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 F is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered consist of dark brown, brown, light brown, olive -brown, gray, light gray and tan silty clays, silty shaly clays, shaly clays and clays of moderate to high plasticity. Tan or gray sand is next present below depths of 6 and 13 feet in Boring B-4 and B-5, respectively. These sands range from loose to very dense with Standard Penetration Test (SPT) values of 5 blows per foot to 3 inches of penetration for 50 hammer blows. Occasional gravel is present within the sand in Boring B-5. The various clays and sands encountered in Borings B-3 through B-5 are noted as fill to depths of 5 to 18 feet. The various clays often contain calcareous nodules and/or deposits and occasionally contain limestone fragments, gravel and iron stains. The various clayey soils encountered in the borings had tested Liquid Limits (LL) of 34 to 74 with Plasticity Indices (PI) of 19 to 57 and are classified as CL and CH according to the USCS. The various clayey soils were firm to hard in consistency with pocket penetrometer readings of 1.25 to over 4.5 tsf. Tested soil dry unit weight and unconfined compressive strength values range from I Report No. 103-18-304 CMJ ENGINEERING, INC. 90 to 117 pcf and 680 to 7,420 psf, respectively. Select strength tests reflect firm (soil basis) conditions of the existing fill. Tan limestone, typically occurring weathered, is next present in Borings B-1, B-2, B-3 and B-6 at depths of 3Y2 to 8 feet. Gray limestone containing shale seams and layers and/or gray shale containing limestone seams and layers is next encountered in all borings at depths of 6Y2 to 18 feet below existing grade and continues through boring termination at a depth of 20 feet. The gray limestone and gray shale exhibit unconfined compression test values varying from 19,220 to 354,640 psf. Values tested on gray limestone samples are considered moderate to high strength values from the viewpoint of rock strength. Unconfined compression testing of gray shale layer/seam samples indicate low to moderate strength values (sedimentary rock basis). 3.2 Ground -water Observations The borings were drilled using hollow --stem and continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was encountered during drilling in Borings B-3 through B-6 at depths of 4 to 14 feet below existing grade. Wet rotary drilling was performed in association with rock coring methods below 10 feet precluding accurate ground -water level readings at drilling completion. A ground -water level of 11 feet was measured at completion in Boring B-5. Following drilling operations, monitor wells were installed in Borings B-1, B-3 and B- 6 for short-term ground -water observations. Water levels of 2.1 to 6.3 feet were observed in these borings 30 days after drilling completion. Table 3.2-1 summarizes the observed water levels. TABLE 3.2-1: Ground Water Observations Boring No. Seepage During Drilling (ft.) Water at Completion (ft.) Water at 30 days After Completion (ft.) B-1 Dry Wet rotary below 10' 2.1 B-2 Dry Wet rotary below 10' - B-3 4 Wet rotary below 10' 2.9 B-4 5 Wet rotary below 10' - B-5 14 11 - B-6 9 Wet rotary below 10' 6.3 While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground -water conditions will vary with fluctuations in rainfall. Report No. 103-18-304 CMJ ENGINEERING, INC. 5 Fluctuations of the ground -water level can occur due to seasonal variations in the amount of i rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Ground -water can flow through more permeable, sand fills and, gravel zones or atop/within the limestones and should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to { seasonal changes in ground water and due to the unpredictable nature of ground -water paths. Therefore, it is necessary during construction for the contractor to be observant for ground -water seepage in excavations in order to assess the situation and take appropriate action. F 4.0 VAULT FOUNDATIONS 4.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed vault structures. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of the underlying soils during the operating life of the structures, total and differential vertical movements must be within tolerable limits. 4.2 Mat Foundation -- Vaults 4.2.1 Foundation Design Criteria A reinforced concrete mat/slab foundation may be used to support structural loads for the below - grade vault structures. Mat type foundations should be a minimum of 2 feet in least dimension, but must be widened as required, based on allowable bearing capacity given below. Mat/slab foundations placed on the order of 10 to 15 feet below existing grade within the various clays and sands may be designed for an allowable bearing capacity of 500 psf. Mat foundations founded atop or within the tan or gray limestone or gray shale present below depths of 3'/ to 18 feet may i be designed for an allowable bearing capacity of 12,000 psf. An increase in net allowable bearing capacity from the value recommended above for clays or sands may be achieved via the removal of existing soils and installing a minimum 2-foot thick Report No. 103-18-304 CMj ENGINEERING, INC. I crushed stone or flowable fill pad below the base of the footing. The base and sides of the excavation should be clean and free of loose cuttings. The crushed stone or flowable fill pad should extend a minimum of 2 feet beyond the edge of the mat and should include a geotextile "separator" fabric below the crushed stone pad (if selected). The crushed stone should meet the requirements of Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. This material should be placed in lifts of approximately 6 inches at a minimum of minus 2 to plus 3 percentage points of the material's optimum moisture at a minimum of 95 percent of Standard Proctor density (ASTM D 698). Mat foundations founded upon the above mentioned crushed stone or flowable fill pad atop the clays and sands may be designed for a net allowable bearing capacity of 1.5 ksf. The allowable foundation pressure given above is for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. During construction, close observation of soils strength should be conducted by a geotechnical engineer to allow designation and removal of very soft or loose soils not meeting the bearing capacities stated above. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water table. For purposes of hydrostatic uplift design we recommend a ground -water level at the surface. Excavation during construction for the vault foundation base will need to incorporate dewatering to keep the excavation free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the proposed excavation. If not dewatered, the sand soils encountered in Borings B-4 and B-5 can act like a "quick" condition, in which soil strength reduces to very small magnitudes when vibratory construction equipment traverses this soil. Extensive dewatering should be anticipated in order to properly install the vault foundations in the area of Borings B-3 through B-6. It may be advantageous to install the above discussed flowable fill or crushed stone pad with a geotextile "separator" fabric below the stone pad to aid in establishment of a working platform in conjunction with dewatering. Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. Report No. 103-18-304 7 CMf ENGINEERING, INC. j The above vale'es contain a safety factor of three (3). Mat foundations proportioned for this value should experience a total settlement of 1 inch or less, and a differential settlement of 3/ inch or less, after construction. a 4.2.2 Spread/Mat Foundation Construction Spread 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 O The base and sides of the excavation are clean of loose cuttings 4 If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods (should be anticipated) 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 spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or 1 inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, 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 f 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. Report No. 103-18-304 " CMf ENGINEERING, INC. 8 5.0 BELOW GRADE WALLS RECOMMENDATIONS 5.1 Lateral Earth Pressure 5.1.1 General The below -grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground -water table. 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on retaining walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 5.1.2-1 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. Rigid walls are not anticipated to develop enough movement to mobilize active earth pressures. TABLE 5.1.2-1 — 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, Plowable fill, flexible base, or on -site soils meeting 65 90 50 85 materialspecifications Free draining granular backfill 50 90 35 80 material or crushed stone 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 Report No. 103-18-304 CMJ ENGINEERING, INC. 9 backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used. Flowable fill could be utilized as backfill. Upon initial placement, flowable fill is most comparable to a select.fill in terms,of at -rest earth pressures only. Thus the, equivalent fluid pressures provided in Table 5.1.2-1 for select fill backfill for the at -rest condition should be utilized. After the flowable fill has set and hardened, lateral earth pressures are greatly reduced, to on the order of (or less than) the parameters given for free draining granular backfill for either active or at -rest conditions. i 5.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and ' the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an t additional uniform load to the full depth of the side walls equivalent to one-half of the expected 1 vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 6.2 Wall Backfill Material Requirements Free Draining Granular Backfill: All free draining granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non -plastic. Granular wall backfill should not be water jetted during installation. 5 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. Report No. 103-18-304 CMJ ENGINEERING, INC. 10 Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. 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. Crushed Stone Backfill: Meeting quality and gradation requirements of ASTM D 448: No. 467, 57, 67, or similar gradation. Flexible Base Backfill: Crushed Stone Flexible Base -- Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. 5.3 Below -Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low -permeability walls and below -grade structures, (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall/structure on the backfifl side. The drainage must be connected to an outlet drain at the base of the wall, or to a sump/pump system. 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. 5.3.1 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system is provided, the below - grade structures should be designed to withstand full hydrostatic pressure below the ground -water table. We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. Report No. 103-18-304 11 CMJ ENGINEERING, INC. A 6.0 TRENCH 1 BORE EXCAVATIONS 6.1 Expected Subsurface Conditions The various soil materials encountered in the borings can be excavated using conventional 7 earthwork equipment. Where more granular sands are present, caving will likely occur due to the low -plasticity nature of these materials and with the present of ground -water encountered in the borings with depth. In addition caving is possible in the clay and sand fills as encountered in Borings B-3 through B-5. Abundant ground -water should be anticipated in the excavations as discussed below. In addition, the tan and gray limestones and gray shales are moderately hard to j very hard (rock basis). Heavy-duty specialized equipment such as a D-9 with single -tooth rippers or line drilling will be required to excavate through the limestone materials. 6.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926f1919), Subpart P. It is expected that near vertical excavation walls will be possible within the surficial clays to 5-foot depths. Where excavations occur through granular soils, loose sands, or submerged soils (or non -compacted fill, where encountered) it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. i 6.3 Trench / Bore Pit Dewatering As discussed in Section 3.3, Ground -water Observations, ground -water conditions can vary with seasonal fluctuations in rainfall. Controlling the ground water is essential to construction of the proposed utility lines and the associated vaults. Failure to control any encountered ground -water could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental { pipeline settlement and pipe deflections after backfilling. Ground -water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavatina and should be maintained at this lowered level until the pipe trench is backfilled. In the event that water infiltration rates are high, it will likely become necessary Report No. 103-18-304 CMJ ENGINEERING, INC. 12 to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 6.4 Soft/Loose Trench Bottom Conditions Soft and/or loose conditions should be expected below a depth of approximately 13 feet in the vicinity of Boring B-5. Control of ground -water as discussed above is the key to avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils as previously discussed. Unstable trench bottoms are considered to be unsuitable for support of the proposed water and sewer lines. Soft clays or saturated sands could occur where ground -water is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: Under -cut to a suitable bearing subgrade and replace with a structural compacted fill. The over -excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over -excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 6.5 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.6 Trench Backfill To assure adequate base support for the pipe, it is recommended that beddingfembedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If Report No. 103-1 "04 CMj ENGINEE1tING, INC. 13 concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 'I" to No. 10 sieve size. Gravel should be 1 consolidated upon placement by rodding or -pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Marifi 140N or equivalent. a Site excavated materials are generally considered suitable for use as backfill above the pipe Bedding materials_ All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8 inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The r ! uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench i excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28•-day compressive strength ranging between 50 and 200 psi. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the Report No. 103-18-304 CMJ ENGINEERING, INC. fl 14 excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Baekfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnicai engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moistureldensity of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material. 6.9 Bore/Tunnel Considerations Bore/tunnel excavations are generally anticipated to encounter firm to hard clays overlying tan and gray limestones and gray shales. Loose sands containing gravel are present below the clays and above the limestone in Boring B-5 at a depth of 13 feet. Ground -water will likely seep into bore/tunnel excavations, and should be anticipated. The more granular sand and gravel strata and the top of the limestones will serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. Proper de -watering, as discussed above, is imperative for excavation stability. The underlying tan limestone and gray limestone and gray shale is anticipated to consist of relatively good materials for boring and tunneling, albeit the rock material can be very hard, with tested unconfined compressive strengths on the order of 350 kips or higher. Cerchar and slake durability test results performed on these rock materials are presented in Appendix B. It is recommended that the bore/ tunnel contractor be made aware of these potential variabilities. A contractor experienced in tunneling in the DFW area will understand the ramifications of the above discussion. Report No. 103-18-304 15 CMf ENGINEERING, INC. I i 7.0 EARTHWORK 7.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be exdavafed to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy i pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. 4 Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. j Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 103-1"04 CMJ ENGINEERING, INC. 16 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. 7.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 7.3 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal or concrete pipe and similar facilities in contact with these soils should be used. 7.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Report ND. 103-18-304 17 CMJ ENGINEERING, INC. 8.0 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. 1 However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be ti considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 9.0 REPORT CLOSURE The borings for this study were selected by Kimley-Horn and Associates, Inc. and staked by CMJ Engineering, Inc. in the field. 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 Report No. 103-18-304 A^ CMJ ENGINEERING, INC. F � V 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 and temporary observation wells 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 long-term 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. Flow -rate estimates provided in this report should be considered preliminary. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to Report No. 103-18-304 CMJ ENGINEERING, INC. iVl determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-18-304 CMJ ENGINEERING, INC. - Tru-.1:1 - L a 9 A 0 :-iacal juaiino s—tre :jnoAo-j z z z zF} 9 P PLA TE A. l B s4loz/�a .aaoa Major Divisions Grp. Typical Names Laboratory Classification Criteria Sym �6 �, Well -graded gravels, gravel- �, D {D z GW sand mixtures, little or no Cu=�60- greater than 4: C�=-----y61------ between 1 and 3 rn +� o fines a 10 Dsa x D60 � U N a O Poorly graded gravels, gravel .N L GP sand mixtures, little or no cq Not meeting all gradation requirements for GW ��m fines > ai > c� ro d co -0 LD .� Q n Z IS o Silty gravels, gravel -sand -silt - �; t? , Liquid and Plastic limits „ . Liquid and plastic limits 0 @ GM mixtures (D belaw, A line or P.I. plotting in hatched zone m greater than 4 z _ between 4 and 7 are Liquid and Plastic limits R N a r borderline cases (D 4) > o n. GC Clayey gravels, gravel -sand- � N " m above "A" line with P.I. requiring use of dual 0 -�, � o .. ¢ clay mixtures E- '� z = � greater than 7 symbols Q C ca m �' Well -graded sands, gravelly D60 (DM)2 12 Cn da �` 0— c o ' as CU a c SW sands, little or no fines j 'a c� ---greater than 6: C�-------- ----- between 1 and 3 D10 D10 x D, coo E N o va a La me o CD o N m Poorly graded sands; m 2 SP gravelly sands, little or no c°'a Not meeting all gradation requirements for SW ") fines a`) Q O CL Cq a) �• rn 0 � 4-. a, (0 a Liquid and Plastic limits o o z toC m = C O SM Silty sands, sand -silt (a E m N � 2 below "A" line or P.I. less Liquid and plastic limits R c L mixtures v, m o g o than 4 plotting between 4 and 7 a o are borderline cases Liquid and Plastic limits �' requiring use of dual o C v SC Clayey sands, sand -clay E a ,� above "A" line with P.i. symbols m CL mixtures m m to a M greater than 7 v Q U Inorganic silts and very fine sands, rock flour, silty or �o ML clayey fine sands, or clayey 0 ca silts with slight plasticity m 6 ta Inorganic clays of low to so medium plasticity, gravelly E CL clays, sandy clays, silty s = clays, and lean clays p z CH rOL Organic silts and organic silty 4 x » clays of low plasticity �, .3 W a30 - �+ Inorganic silts, micaceous or LO MH diatomaceous fine sandy or IA OH ai d MH 0,)(0 m silty soils, elastic silts 0. 2 e@' as as N It_ E E `"- � Z CL o CH Inorganic clays of high CO rn plasticity, fat clays 1 = E 7 'ul — 4 ML a d OL s OH Organic clays of medium to a 10 20 30 40 50 60 70 80 90 100 high plasticity, organic silts Liquid Limit U Pt Peat and other highly organic Plasticity Chart z o soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR COCK TYPES GRAVEL LEAN CLAY LIMESTONE i SAND m SANDY — SHALE ® % D SILT SILTY s SANDSTONE HIGHLY CLAYEY kiffl 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 Soils (More than 50% retained on No. 200 Sieve) Penetration ResistancE Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERIVIS 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 !-''A JTT ., Project No. Baring No_ 103-18-304 13-1 Project Water and Sewer Relocations `.tv�� .. �, ...�. Fort Worth, TX Location See Plate A-1 Water Observations Dry during drilling; to 10' wet rotary drilling below 10'; water at 2.1'thirty days after drilling Completion Depth MO. Completion Date 3-21-19 r t w o d E N Surface Elevation Type ClillE-75, w/ HSA V W Q' Q Cf 'O C Od, 1n mO-t- a Z �� Uy (6w n.0 _. o 3'— 6 J_1 Vl — Nt= !1J N [0a s .N G 00 :2i6 _ .t"' Ul C_O 5J � I N o w U E 7 COp 56a- Stratum Descriptionti 5 1 1 CLAY, dark brown and brawn, w/ gravel and calcareous deposits, stiff 100 75 78 55 2.0 59 58 22 36 22 2.0 23 114 2100 2.75 12 LIMESTONE, tan, weathered LIMESTONE. gray, w/ shale seams and layers, moderately hard to very hard 9 129 8254fl 11 1 124 61940 9 144 354640d I i LOG OF BOR[NG NO. B- I PLATE A A I w I I w 0 Z W t M LL 0 Project No. 103-18-304 Boring No. Bw2 Project Water and Sewer Relocations Fart Worth, TX Location See Plate A.1 Water Observations Dry during drilling to 10'; wet rotary drilling below 10' Completion Depth 20.0' Completion Date 3-20-19 o m i C3CD Surface Elevation Type CME75, wl HSA o U W C � W `o� LL co�a (��... 3 Q a�� Hi a, o o C%[ Q C '0� dCA \ \ Ua U M--1 0.—J a 5 u - a :�EU ♦♦ �-0 - I _ C � b t:' 4 a G o 0 �Un- Stratum ®escript on 5 71 1 — 1 — CLAY, brown and dark brown, w! limestone fragments and calcareous deposits, hard 96 96 1 95 9 4.5+ 4.5+ 4.5+ 4.5+ 72 48 36 16 20 14 16 113 6360 SILTY CLAY, light brown, w/ limestone fragments and calcareous deposits, hard w/ light gray, iron stains below 3' 11 35 16 19 13 LIMESTONE, tan, weathered LIMESTONE, gray SHALE, gray, w/ limestone seams and layers, moderately hard to hard 12 123 87640 9 1371 99030 o� LOG OF BORING NO PLATE A.5 rAWsr Project No. Boring No. 103-18-304 B43 Project Water and Sewer Relocations �vi� ,•.. ....:.,..,..v «��. Fort Worth, TX -Location See Plate A.1 Water Observations ,Seepage at 4' during drilling; wet rotary driliing below 10' water at 2.9' thirty days after completion Completion Depth 20.0, Completion Date 3-20-19 U_ a- O T LLNf tEtl Surface Elevation Type GME-75, wl HSA a U w � o O C� o'_ � 'LF � � tea- C oa�u? [O0.H- O Z �� E N?. c6a' CLU) o _ p-E JJ . 0� wr_ !u E i1.J � N N �v� LL S o � � .�C on � lL. � ou c� r 0 E 0 Boa Stratum Description 5 1 15 2 CLAY, dark brown and brown, wl gravel, limestone fragments, calcareous deposits and iron stains, stiff (FILL) 95 96 68 85 2.0 691 55 20 351 21 2.25 13 110 I WO SILTY CLAY, gray, olive -brown and light brown, wl gravel and limestone fragments, stiff to very stiff (FILL) 3.0 43 34 15 19 9 LIMESTONE, tan, weathered LIMESTONE, gray, wl shale seams and layers, moderately hard to very hard --_-._.._.._ — -.----------------- 12 122r400 4 149 256260 1 I I i LOG OF BORING NO. S-3 PLATE A.6 I A I I Project No. Boring No. Project Water and Sewer Relocations CMJ ENGINEERING INC. 103-18-304 B- 4 Fort !North, TX Location Water Observations See Plate AA Seepage at 5' during drilling; wet rotary drilling below 10' Completion Completion Depth 20.0' 1 Date 3-20-19 Surface Elevation Type C131VIE-75, wl HSA u o m t Q d N _ C LL O S Stratum npiton p C � O a -zg U U IL❑ I]- •N rLi C'1 C o N V! Ui ra .� tr•l= ca o O c U 3 C O O CLAY, dark brown and brown, wl gravel, limestone 3.5 47 74 22 52 23 fragments and calcareous deposits, firm to very - stiff (FILL) 1.25 32 90 1770 SILTY CLAY, light brown and brown, w/ calcareous 47 39 17 22 24 nodules and limestone fragments (FILL) 5013.. SAND, tan, very dense (FILL) LIMESTONE, gray, wl shale seams and layers, moderately hard to very hard 1 93 40 14 139 63640 1 83 40 7 143 213670 — — — — — — — — ni cV r U n'. C9 O (1 O c� Z I� P9 LL O a LOG OF BORING No. B-4 PLATE A:7 ��'T Project No. 103-18-304 Boring No. B-5 Project Water and Sewer Relocations `l` `j L1VV11M-L - — -- Fort Worth, TX J Location See Plate A.1 Water Observations Seepage at 14' during drilling; water at 11' at completion Completion Depth 20.0' Completion Date 3-20-19 CL 'co Surface Elevation Type CM E;-75, w/ CFA � w o Q � a u,n:LL; 3� O O �d � aS y� lQ o '�= tr' � m= N � x ina3 IR -0 � � °Jc O O _ � � � C g C S.L co � � W �E� C D p • Stratum Description 5 1 1 2 SILTY CLAYISILTY SWALY CLAY, dark brown, brown and tan, wl gravel and calcareous nodules, firm to very stiff (FILL) 2.5 16 Ill 3480 1.5 42 46 17 29 18 3.5 19 109 4040 1.25 44 14 30 17 109 SHALY CLAY, dark brown, brown and gray, wl calcareous nodules and occasional gravel, firm (FILL) 1.25 55 71 14 571 23 97 680 SAND, gray, wl occasional gravel, loose (FILL) 5 5 17 LIMESTONE, gray, wI shale seams and layers, hard — — — — — — — — — — — — — — — — — — — — — — — 5011" 10 i k I l LOG OF BORING No. B-5 PLATE A.8 CMJ FiNGINEMUNG nvC_ Project No. Boring No. i g Project f Water and Sewer Relocations 103-18-304 B-6 Fort Worth, TX Location Water Observations See Plate A.1 Seepage at 9' during drilling; thirty days after completion wet rotary drilling below 10 ; water at 6.3' Completion Completion Depth 20.0` I Date 3-20-19 Surface Elevation Type CME-75, wf HSA u Ui C4 T E 'f9 o 0 o � 11_. -Ul e, ') Stratum Description � o .� o � ; _ � inaLL omN C ai AVE-0 x a� OU 'cs W Cf a n= mo-F ro4' o-ii vE �� �� 00 acu5 �U D.3 co 0 7Un. CLAY, dark brown and brown, w/ calcareous 4.5 50 23 27 7 nodules, limestone fragments and gravel, very stiff to hard 4.5+ 16 117 7420 CLAY, olive -brown, light brown and brown, wl 3.5 91 51 20 31 23 105 5 gravel and calcareous deposits, very stiff 4.25 20 104 2780 LIMESTONE, tan - LIMESTONE, gray, w/ shale seams and layers, 1 moderately hard to very hard 99 25 4 149 302240 12 124 19220 1 0010.75' F_ 0 c� U u a q 0 <n t2 ch o_ z Ir O m 0 0 o LOG OF BORING NO. n6 PLATE A.9 Particle Size Distribution Report C o00 C O O [oM o O O o - ID 100 I f I I I I I I I I l f l[ I I I I I I I I I I I I I I 90 I ! I I I I I I I l l l l l I ! I I I I I I ! I I I I I 80 fl4� 70 I I f l l I I 'Lill I I I I I LU s0 I I I I I I I I ! I I I I I `L I I I! l l l I I I I I I Z 50 UU � I I I I I 11 I I 1 I 1 f 1 I I I I l 11 i l l I I I d 40 I I I I I l i I I I I I I I I I I I I I{ I I I I I I I 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 f l l 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 1a [ I I I I I I I I I I I I I 0 ! I I I I I I f I I I I I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. +TR % Gravel % Sand % Fines silt Clay Coarse Fine Coarse Medium Fine 01 2.4 2.2 22.1 25.1 22.1 LL PL D Drn D D30D 1g, D cc Gil 0 0.1580 0.0888 0.0092 Material Description USCS AASHTO 0 Project No. 103-18-304 Client: Kimley-Horn and Associates Remarks: Project: Water and Sewer Line Relocations - FM 156 - FTW, TX. o Depth: 4-6 Sample Number: B-4 CMJ ENGINEERING, INC. PLATE A.10 Fort Worth Texas 1 1 1 I IA 9 IVV IV 1 V.I (;RAIN S17.F — mm V.V I V.VV I I *3„ % Gravel % Sand -- % Fines% ^-- Silt Clay Coarse Fine Coarsel Medium -- - i✓ine 0 4.5 4.3 6.6 22.6 19.5 LL PL DF1,5 D D D30 D DIO C C Q 6.3627 0.6732 0.0091 Material Description USCS AASHTO 0 Project No. 103-18-304 Client: Kimicy-Horn and Associates Project: Water and Sewer Line Relocations - FM 156 - FTW, TX. o Depth: 2-4 Sample Number: B-5 Remarks: PLATE A.1I CIVU ENGINEERING, INC. Fort Worth Texas Particle Size DistribuVen Report o 0 0 C c' ay o 0 0 0 r0� 0 .r NNo 100 I I I # I I I I I I #€ €€ I I I 1 I I I I I I I I I I sn I 1 € I I I I I I I € €! I I I I I I I€ I I I E I I I 80 7n CK 1 k I# I I f I € I I I I E W so LL 1 I I I I I I I I E I I I k I I I I I ! I I I I l l I l z �o w € ! I I I I! I f I I I l E 0. 40 I I I# I f I I l I# E 30 20 i I I I I I I I f I I I I I 10 0 1 I I€! I I I € € I I 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm, . +3„ °1© Gravel Coarse Fine % Sand % Fines Silt Clay. Coarse Medium Fine 0 0.8 9.1 54.2 3.2 2.1 LL PL D q b D D D C GJU 0 0.4495 0,3373 0.2244 0.1569 0.1293 0.87 3.48 Material Description USCS AASHTO 0 Project No. 103-18-304 Client: Kimley-Horn and Associates Project: Water and Seaver Line Relocations - FM 156 - FTW, TX. o Depth: 14-16 Sample Number: B-5 Remarks: PLATE A.1 � CMJ HNGIi EERIMG, INC. Fort Worth, Texas FREE SWELL TEST RESULTS Project: Water and Sewer Line Relocations FM 156 — US 287 to Watauga Road - Fort Worth, Texas Project No.: - 103-18-304 Depth Liquid . ' Plastic Plasticit3r Moisture °_ Percent; Boeing IntervaF Sample - Limit. Limit_ - Index _ ° Content lu. Swell - No. Description . . LL. `. P-L - Pi Initial -'Final%) B — 1 2-4 Clay 58* 22* 36* 22.7 26.3 0.2 B — 5 6-8 Silty Shaly 44 14 30 19.8 20.8 0.0 Clay B — 6 4-6 Clay 51 20 31 22.7 1 23.8 1.8 Free swell tests performed at approximate overburden pressure * Atterberg limits performed on adjacent recovered sample r x ' CMJ ENGINEERING, INC. PLATE A.13 ttl Vl f4 OD CD E 0 dm � � U L s-� [3 0 Ln ni 93 fa U G H C3� G CU (D f i i aj y (u L m c y� 41 al p. U U fl. J m (n CS I— 5: Vi C w E 0. G V Op to u'I o o v � cV'z. tyl ci cs ci ri c1i 4 � k I I C N rl U +-4 dy Ch U r .N o Q -4 R 1-4 12 aj W pG j C Q a V1 � Ih (} I H 4J I C Ip M I•� .F m D 0 U tn W u W3 Ol ll] O u O . C!ulO?p`rc 3� cTU � � R CU U"W u 0) Q Nc>-cro mUY mU L4 m Ln o u c vY�S 11 [IUro as sn rn u roa a II E In � O L0 1� 1 9 N Q3 co .0 E' Y +n o a T zm.0 v U a � Y 00 N Ln C) U o Ln dl Cl. Y a w 41 4-1 N in U F1 I rn x 1 L 1 I I N OO' i1.1 w Oi .mow Y y7 EJ LL c0 i , -i IV LE. o a � tun 0 0 U -v a c n3 •• a n Q7 VCU C3 Q. J in UJ 0 0 fu ai ^U W �q rN r_ Ln Em 0 a � a w N 0M i r! i 0 0 o o_- o _ 'ca o o E4 ,tt � I `= m o .-1 C? N i cc m n u � w 0 N a N w Q. C7 C7 Q C7 01 v M a ih p� w (� R r-i n� 1 L� U '�•C U Ln L V to co Q 0 -,d_ `� 7 _ V -p f? � to -a te ra o in >U'm 0- "mra�wE1„� O U7� �d`clr�+ ux3 X fl Yr�H•V "O c ��aj•- c w Ems* QcY mUlnual c �U� :3 Q 11 U II Mji fo Q� ff F E din .UJ U L3 U rn as C) M E E ei. tD -C cri Ln O U O Ln uY Q t] aco Ln to (n 12 F u I � .�- .. CS E u q) E� a I E o " I �. Gtl 43 4 .CD CF Q ul CI W C3 O O in o ca o. o o ei ca � _ ra cm � In o ci Ca o o r� a CD o C) p hr tC ro � fA iv u U L Q 6 o 0 o11 12 Q 7 in J rl (N M Nt LO X L) fq c a' ,-s I f--I E ro N I I Co v d 1 in U @Y D,f In� d N.c < �_ vj U -9w (Qit"= >C3� w7 E .�UR©��C O W<Ocf:_,�em - aj x Ql a-' k1 In (D En 'O CLOi S3 M.= < c I.> c u a. 11 u ar a ra 3 7 11 II v'Qa�� �¢dn l �QinU) c_ uu c� ca O C'1 C Y � � T � r u a, N � FEU C31 L rt � m N Ln L 9f f1 FT fl Q H � F N U C H °Y ar C jV � Q W Cl of U , of o Q of CL as o u _ CL N 9 m in C) IT ? fn N MY r.� Ili 4 � if. .in -a C7 p O C7 sim-f Ilj iIF 4;. a r.". u n X f R Ul S- rl O O O O ;c a- �U V [A 0 .X LU :rl U c m w m a 51 til IMMARM, rn 0 C7 E E. u ur O T to • a)i v u a a IT rn €V j, LO G3 u Q M a g. ar In 4-1 w to IT U W E W � � C � � a W s... Ln G a.• h Y - W a v a fJ 'C E EL E ua °mv�a�>in �J O 0 0 L IV E E u° rn } � y tg .C1 � ru a rn M ,-1 -I " M 4 C7 Cz G1 Ca G7 � � f� V w, in R3 Sal o #' X rw * < ps M O f V .N C3 q7 m C7 O C1 Cl 6 � To bl > QF rr: > y � ¢ < .fl 4 �I PA i a ri F�5 m Cj' Ln SJ ri ILP VL 1 � m A c G 1 IV u u L T In CL u Q lfy �i1 N LL to ¢ Wx �wwT C5= o00 m cx'pk u sr o aua.. t w UI�O.a��;';n axix $' I� a m oF-- cn a'-,"u". �— U, m aL)C cM a3��w >_ TtY If 31 U A) uI U¢�Qa �—�¢cnsn � c�c} s` ON co m 0 T x E v o y� in � ul •cs o L a U 0 -0 c r.r O w N a. Q [3 C rW i71 C +u U) o m rq ° u j v C p E p D '�+ CL U U 7a C n, 'o u E o. E i� 40 F t,bd 0 2 n +a LU a E m CA U N i � FI} ullo " u3m i z�u tie ,n:u m 2 w a Um� wmx 0- 0 (d ? U = 'F' 16 00 �' a' •� Ul E 0- c U U tO 7rp O O row': om.. E x� U?rC{)0 of (u X o QJa� 'a ilk C>-Cm oU2 u U) � 4) . U �y �- o Fo � u LLJ � 1MO EE Uw 12tnw II Y M 2 ¢ inIE E U) U L) U Gedtesting E X P H E Client: CM3 Engineering, Inc. Project: Water/Sewer Location: Fort Worth, TX Project No: GTX-309892 Boring ID: B-1 Sample Type: cylinder Tested By: tim Sample ID: --- Test Date: 05/08/19 Checked By: smd Depth : I2-13 ft Test Id: 5M50 Test Comment: --- Visual Description:. See photograph(s) Sample Comment: --- Slake Durability of Shales and Similar Weak Rocks by ASTM D4644 Boring ID - -- Sampie ID Pep V;su��i � Slake Averages lks-€tareivod #1oscriptlon i}u5iriptlon 1]u rab�llky water Water of Index °ia temperature, Content 64 Fragnion" dearees C B-1 --- 12-13 ft See 90.9 20 611 Type I photograph(s) Comments; Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: J. y. i After Test. - I pr' t.� fl-34:97 All ry i Teti E X P B E S S Client: CM] Engineering, Inc. Project: Water/Sewer Location: Fort Worth, TX Project No: GTX-309892 Boring ID: B-1 Sample Type: cylinder Tested By: tim Sample ID: --- Test Date: 05/06/19 Checked By: surd Depth : 17-18 ft Test Id, 501251 Test Comment: --- Visual Description: See photographs) Sample Comment: -- Slake Durability of Shales and Similar Weak Rocks by -ASTM D4644 . Boring ID Sample ID Depth Visual Slav a Average As -Received EDescripteon ❑escrlp#ion DuFah City Water Water of Index {I/P te-n- erratum, Content% PFCgfneriu; dear'2es C _ 4.7 Type I B-1 --- 17-18 ft See 94.7 20 photograph(s) Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material Is exclusively small fragments Before Test: 17-19 fit rL-.i f i I1 1,41L .�- After Test: '; "�==�� •ILI � � b�,�IR�ii}�r i i i�ip ��i�Ail����ililil�I�ohLlp h �it GemiTesting E X P 0 E9 Client: CMJ Engineering, Inc. Project: Water/Sewer Location: Fort Worth, TX Project No: GTX-309892 Boring ID: B-2 Sample Type: cylinder Tested By. Urn Sample ID: --- Test Date: 05/06/19 Checked By: surd Depth : 13-14 ft Test Id 501252 Test Comment: --- Visual Description: See photograph(s) Sample Comment, --- Slake Curability of Shales and Similar Weak Rocks by ASTM C4644 Horfng Ili sample ID Depth Vistiat Slake Average As-Rec-eivad Vescription Regt: i fvn Durability WzAtir wNator of Index Or`a teirapraralure, Content 0(a Fragtniants dearem C --- 13-1.4 ft See 90.3 20 6.9 Type I B-2 photograph(s) Comments: Description of the appearance of the fragments retained in the drum. Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: B- t After Test: ' tJF of II Van.I pro.. tnd 5d5?.'11t� 8:33:.2? Lid PLATE Ti EXFRE3 Client: CM7 Engineering, Inc, Project: Water/Sewer Location: Fort Worth, TX Project No: GTX-309892 Boring ID: B-3A Sample Type: cylinder Tested By, Urn Sample ID: --- Test Date: 05j0.8/19 Checked By: smd Depth : 15-16 ft Test Id: 501253 Test Comment: --- Visual Description: See photograph(s) Sample Comment: --- Make Durability of Shales and Similar bleak Racks by ASTM • D4644 2crimj I0 sample ID Depth visal�l Slake Average A5-Fieeeiucar! Description J Descriptioe ourability wasuL.r INater of ,r•.•.aral ContentQA-. Fraguzantr decrees G B-3A --- 15-16 ft See 67.9 20 9.3 Type II photographs) Comments: Description of the .appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II -• Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: - �IIIL�lI�ILiII �L�11ILIIW �.:i - I IIdjSIWL:IIe�iek'_�fILL��rJ1'�?�'I,. � i i • I After Test: i Ift•I 11 •'I�•. III' I � !I 11 u i, I } h pra„C.ec'r SfS,'?Cad t3:�,:GG hP•i } GeeTesting fr X P H l=SS Client: CM] Lngineerfng, Inc. Project: Water/Sewer Location: Fort Worth, TX Project No: G-rX-309892 Boring ID: B-4 Sample Type: cylinder Tested By: Una Sample ID: --- Test Date: 05/08/19 Checked By. smd Depth : 14-15 ft Test Id: 5€31254 Test Comment: --- Visual Description: See photograph(s) Sample Comment: --- Slake Durability of Shales and Similar Weak Rocks by ASTM D4644 Boring IO Sample ID Depth VlsuaF Slake Average As -Received Description Dege6pllon D41rabil9ty water Water of Index °lo temperature, content 0l0 Fragrn"tS stearees G _ B-4 --- 14-15 ft See 77.2 19 6.8 Type II photograph(s) Comments: Description of the appearance of the fragments retained in the drum: Type I - Retained pieces remain virtually unchanged Type II - Retained materials consist of large and small fragments Type III - Retained material is exclusively small fragments Before Test: 544� k. N.li I',� �14 1 I After Test: lit,IS 1� r PLATE B.11 I I 1.;�li E X P H E a S Client: CM) Engineering, Inc. Project: Water/Sewer Location: Fort Worth, TX Project No: GTX-309892 Baring ID: B-B Sample Type: cylinder Tested By: Urn Sample ID: ---- Test Bate: 05/08/19 Checked By: smd Depth 11-12 ft Test Id: 501255 Test Comment: --- Visual Description: See photograph(s) Sample Comment: --- Slake Durability of Shales and ,Simila.r Weak Rods by ASTM D4644 6'u>:reg i0 sample M depth Ysuai S!.3k@ Average A-L-Received description Description durability water Water of Index Flo temperature, Cwntent °in Fragments dearepas G 11-1.2 ft See 90'8 19 5.3 Type I photographs) Comments: Description of the appearance -of the fragments retained in the drum: Type I - Detained pieces remain virtually unchanged Type II - Retained materials consist of large and small .fragments Type III - Retained material is exclusively small fragments Before Test: as After Test: w 9:415!55 M PLATE B.12 r 1 tl GC-6a06mD Minority and Women Owned. Business Enterprise Compliance THIS PAGE LEFT IN'I`ENTIOIOTALLY BLANK CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101682 Revised July 1, 2011 VORT City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY if the LoUil dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is ;7 licab;e_ 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. The City's MBE goal on this project is 7 % of the base bid value of the contract. Note: If both SASE and SSE subcontracting goals are established for this project, then an Offeror must submit both a MBE utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $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 by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the entire bid to he ctmsidered fesponsive to the spedricafibris_ TILe Offeror shall EMAIL the MBE documentatlon to the assigned Clty of fort Worth Penject Manager 4r Depart7p rit Desig6be. A faxed copy will riot 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 openin 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 openin 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 o enin date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DWERSITY ENTERPRISE ORDINANCE. WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MIME. DOCUMENTATION WILL RESULT IN THE BIB BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OiYFIEROR BEING DISQUALIFIED FOR A PERIOD Or ohtr- 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 Email. mwbeoffice@fortworthtexas.gov Temporarily Revised April 6, 2020 due to COVTDi9 Emergency Phone: (817) 392-2674 ATTACHMENT 1A Page 1 of 4 .FORT NVORTH City of Fort Worth Office of Business Diversity IVIBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offerors Certification MWIDBE i`lOWMWIDBE PROJECT NAME: BID DATE City's MBE Project Goal: 7 %. Offeror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to oomplete this form, In its entirety with requested documentaHon, and received by the Purchasing Division no later than :00 p.m, are the second City business day after bid opening, exclusive of bid vx mrling date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a rortnaE 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}Ur knowing misrepresentation of facts is grounds for consideration of disqualificafiorl and will insult 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 subcontractoofsdsuppllers, bier, means the level of subcontracting below the prime contractor1consultant I.e, a direct payrrmeni from the prime contractor to a N subcontractor is considered 1 4 tief, a payment by a subrrontraclor to its supplier is considered "d tier. The mime contractor is responsible to provide proof of proyment of all tiered subcontractars identified as a (VIBE and t:ounting fttose, dollars towards meetfig the contract committed goal, l 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 (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (DIFW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE I{sted owns and operates at least one'fuiiy licensed and operational truck to be used on the contract_ The VIBE may lease trucks from ariother ME flan, including MBE owner -operated, and receive full MBE credit. The MERE may lease trucks from nori-MBEs, including owner -operated, but will only receive credit for the Bees and comrnissiGnS eam d by the MBE as outlined in the lease agreement. Rev. 2113119 ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-HSEs. 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- SUBCONTRACTOR/SUPPLIER ° Company Name T M W Detail Detail Address i B B Subcontracting Supplies Telephone/Fax a E E M Work Purchased Dollar Amount Email r � Contact Person F El ° ° Rev. 5115/19 FORTWORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minar�y and nari-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. SUBCONTRACTORISUPPLI ER Company Name Address Telephone/Fax Email Contact Person T i e r M B yy B E N4 B F Detail Subcontracting Work Detail Supplies Purchased Dollar Amount El El El 11 Rev. 5/15119 lrbRT WORT ATTACHMENT IA Page 4 of 4 1 Total Dollar Amount of VIBE Subcontractors/Suppliers Total Dollar Amount of Non -MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 R 1"he Offeror mill not make add] bon s, deEetions, or subs titudon s to this certifred list without the prior approval of the Office cf Business Diversity through the submittal of a Request ter Approval of ChangrelAddition form_ Any unjustified change or deletion shall be a material breach of contract and may resuJt in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detalEed oxplanation of how the requested change/addItion or deletion will affect the committed MBE goal_ If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title t Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Bate Rev. 5/15/19 OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: 7 % City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver form Offeror's MBE Project Commitment: a� 0 ATTACHMENT I Page 1 of 1 Check applicable box to describe MJ'VI1DBE I I NON-MMIIDBE BID DATE 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 prodded, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Fallure to complete this form in its entirety and be received by the Purchasing Vivision no hater #flan 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? 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 operational profile of your business. YES NO Will you perform this entire contract without suppliers? 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. YES NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/StatelZip Office of Business Diversity Email: mwbeoffice@fortworlhtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 5115119 I ATTACHMENT 1C Page I of 4 I I FORT WORTH t, City of Ford: Forth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable box to describe Offerors Certification PROJECT NAME:=-4AVIDBE NON-MIWIClBE BID DATE City's MBE Project Coal: Offeror's MBE Project Commitment: PROJECT NUMBER 7 % ii vik! Of erof (Iiii not nveAt or exceed the WISE subcontracting goal for W s project, the Offeror nu-:st ramp!Qto this farm If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in Its entirety with supporting documentation, and received by the Purchasing division no later than 2:00 p.m, on the second City business day after bid opening, exclusive of bit/ openMg date, will result In the bid being considered non -responsive to bid specifications. i 7 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity ' regardless of tier. 8 (use ac attionar sneers, it necessary) List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 5115119 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) ❑ No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? ❑ Yes {If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directlyfrom the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" ❑ No documentation may render the GFE non -responsive.) 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) ❑ No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror mist document that either at least two attempts were fnade using two of tite fatty methods or that at least one successful contact was made rising one of the four methods in order to deemed responsive to the Good Faith Effort requirerneni. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier oppiartunity to be In con; piiall;,:e with questions 3 thru 6. 7.) Did you provide plans and specifications to potential MBEs? ❑ Yes ❑ No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? ❑ Yes ❑ No Rev. 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? (if yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ Yes the corrections needed.) ❑ No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 5I151t9 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone dumber Fax Number Email Address Date Rev. 5115119 w Joint Venture Page 1 of 3 i I I FORTWORTH Name of City project: 1. Joint venture information: CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA "if not applicable. A joint venture form must be completed on each project RFPBid/Project Number: Joint Venture Name: Joint Venture Address: (If applicable) 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 ioint venture MBE firm name Tname: Non -MBE firm Business Address: Business Address: 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 perlornied by the J oont Venture: Describe the scone of work of the MITE: I Describe the scone of work of the non -MBE: Rev. 5/15/19 Joint Venture Page 2 of 3 3. What is the percentage of M13E participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. S. List Components of ownership of joint venture: (Do not complete if this information is described in joint venture ngreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests- b. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -------- --------------- --------- b. Marketing and Sales ---- -------------------------- c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of Meld 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_ 5115h 9 Joint Venture Pane 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 -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by arty 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 of willful misrepresentation of facts_ Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Dale Date State of On this Notarization County of day of , 20 _-___, before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Rev. 5115119 GC-6.07 Wage Rites THJS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FM 156 fi-om US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I01682 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 1 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 r 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 f Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 1699 Flagger $ 10.06 ! Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 i 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 a 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 I Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 = Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp I Page 2 of 2 GC-6o09 Permits and Utilities 'I'HIS PAGE LEFT INTENTIOPIAg,g,3' BLANK CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101082 Revised July 1, 2011 G 01 60 00 Product Requirements THIS PAGE LEFT IN'I'ENTIONALLY BLANK CITY OF FORT WORTH FM 156 from US 81/287 to Watauga Road Water Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101682 Revised July 1, 2011 I 0 4110 FORT WORT He CITY OF FORT WORTH WATER. DEPARTMENT STANDARD ]PRODUCT LIST Updated: April 12, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. E 1 Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 4 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10, Pipe Casing Spacer----------•.................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy 14. Coatings/Polyurethane 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete......................................................... ............................ . 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*.................................................................... ........ 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24, Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations .................................................................... 35 a I h W 7�1 �n CN I •o m V a. ca 0 m N w !A '6 44 fs 00 00 00 F a � A � e ❑ vi � Q ,� � 7--• P4 A t w y o w Zj v o m � � m x m .x U x .tea P � � C U U U U U U U U U U U U U V U U U U Cj ti I � I � I A - F I M M 5 o 0 0 0 o a o L O O P O P P 6 0 0 0 0 0 0 0 0 0 M P � 4 O p 0 0 O H O P O O b O I I ////j) ! | {{ \ \ � F \ ±\ #)2 t 3 / A ® , / ) a ' I & » ■ \ 461 49\\\\\} )}))))) b§2§222 t ®==c=== � u rn qrT�4. x � o�A 3 � v � v <n o0 00 00 oa ,a U V U U U U U 4 o U o _ _ G [J M A N O U ci_ Aw � x s y � w a a 4 G a U L w. P. u r ti ti U 4.a U 5 U U iv- p U Aa 5 L M b G O O O O O O 1 N N O N O n rn § � ) ) /.4llA \§= � aga<<ug � ) |i ¥ m \ } � » 7 a j mEa/w wj 0 � \ ] \ ) [{)] } V4 ) ( � \ � ( % / k $ 5 ) ) k \\)\ \ k 2 § 22 aaaarj 2 Lwj m r�II 1 5 3 I F w L A 11 rl R EWL OJ z V Ol a 0 0 W 00 u 5 v � ea �o w a � lA 00 P a+ py U w v. 9 Q 9 Q U �I f !A v on a"i � u ao cu k}. b Sh ti r .• 0 0 6 0 0 0 O �. 3 0 V N ei U ol I 3 u i P4 3 c� m = B Y v ON § ) cu � ± { j \ Lwj � F � n a rn LS tcd __.L C 3 co W 9 I H ol 0 0 & d Ct] F L N F-14 f 9 Q u Q N 41 I ei -us F—'JM � � O U Q h N x � w rn -� Q � N N m � � � U o ai y O C ; f U � ❑ � o ? v � .� W [C rT'i � W 4� R aFU. M 3 } a a. o, S. a w o, al o. a o, a a U a n. [� 4 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N [tl O M m M M M M M V ON 1' m H c Q +� m o u Gi ''7 t- 0 �n d Q w z U u � r D W w w a a. A, w rx � w rx w L L rn 0 o 0 0 0 0 a N m A I I N N O .a N a. W P, Vl s 2 I N aa VI lu i1 67 N b b w w b w O pOj M '7Q1"' M r '�Q7" M N N N N ry N N N U V U U U w w Urii Um w Uv] V V U U � ¢z az a o d d a a W P 3 x x a U €wWw-,�, fLrWLr-yy� q Q fwy A 1 ^�+ (A Q Pa rn F. o ] Q A O O O N N u_ 1 w n y o 4 0 u 4 o U ti -d a a a y73 P a N w3 -W a3 94 i L w w w I 1 I L r. Pi O O aPi V�i o 64 iP P W U U U ri m c, E'i o� LR vz v`di h � m = � •"-• .� � v u w v u u U @ m Cn � � � G4 0] LR L4 CI] C4 LO LO "� ai u'i ai m y u m a, o 0 0 0 0 o g o F 5 1;5 53 N V) ez V] A 1% _5 ,S .5 .� ,a Lri U V 2 2 la. 7 Y -Y a N c 0 U 0 Q 0 Q U U 7 U � U p U U U U h F F (-. .-o, a C. a. U U U � De o M a Ci o M 0 Cl 0 N f'1 0 0 N N M M o Cl M N M n M n M N M V H �z u m %1 0 N N N N N N N N N N N � � Q O b .. � O � � .y. Q ❑ O a Qx Qd��oa3 p A � ryl C m R R m 45 tr ty ,�,xxxxxxx x xxxm � 0.l FG 0.l fA G4 A] {p PG SU fA W W C' �'• N_ N_ N N N N N N_ ry N N Q PP W ono Q P 00 M M 0�o M rn w � N tr. m O w ono O O m� O� 00 N V O N iC N Q� � S W I El Y-i O w � OJ H H ,ca A C 0 O O H 3 m N N 1� Z U 0 m a U -~-' U U U U rn N rn ,N^Q @ Q Q d Q Q 5555Q dd d Q (a N � _ � _ G FN w LQ �o s .P � O U U M M d O UGG i 5 ti c 4 L� W d P. P, P. P. P. N P� :fh V r R. P,.. C. i PI R�. P. P1 YI 1 L { 5 I CT r;t Od t t N [V b u a U .El w V A m r"ai au a iz o O_ V rL a Aa i w con ,m va m a w A 'yCC o 0 CJ 1 � 1 F p S u f4 U U p A U[ d o U U o ?a o� w w� �n s�� c d w 6 uo- w vi h p w w n c_ L% raa y � � C7 C7 C7 C7 [7 C7 C7 bi w N U ar '� �� o a 4 1 .1 'm 1 p e m 0.z' Rom' ' 0.z om R' P: C G A C m i C G 2 2 2 2L .0 .0 .0 ' 0 0 0 0 0 N O iE N ry o' o tom+ u. a a� FF-r OJ 61 M M p N N N - O M N U U 0 o U V U V U U U U U U U U zz U Q Q Q d d d d Q Q d Q Q 4 4 Q U N a d Q Q Q M 7 O, 7 3 � o � � 9 ra 9 ¢ � � � 2 � 9 7 ? C � a 9 o p � �C IW L. x I' V 0 `3 a r a a m u a a� a va . u.. a v. v di4 � 3qq 3 3_q 3_❑❑ 3 3 3 3��� 3 3 3 � 3 3 3� 3� �� Y V{ 4 W W W W W W W W W W N 00 O 00 Vt Vl O O � M U V U